Loading...
HomeMy WebLinkAbout112810 CUMMINS-ALLISON - PURCHASE ORDER - 9143620Fort Collins Date: 06/30/2014 Vendor: 112810 CUMMINS-ALLISON CORP ATTN: DON LAMBERT 12201 E ARAPAHOE RD STE C2 ENGLEWOOD CO 80112-3918 PURCHASE ORDER PO Number Page 9143620 1of6 This number must appear on all invoices, packing sli s and labels. Ship To: TRANSFORT BUS FACILITY CITY OF FORT COLLINS 6570 PORTNER ROAD CITY OF FORT COLLINS CO 8052 Delivery Date: 06/26/2014 Buyer: WILSON, JILL Note: In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. 1.NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2.PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 at seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 914362er Page City of PURCHASE 9143620 2 of s F6r} Chisnumbees, packing ,�,/`' ` Collins` 1 1�7 on all invoices, packing slips and labels. 3.ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. 41EDERAL CHANGES Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. &TERMINATION A.Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. B.Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the (Recipient) that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. C.Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 914362er Page City of PURCHASE 9143620 8 of 6 �} Collins Ins This number must appear V ` on all invoices, packing sli s and labels. If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. D.Waiver of Remedies for any Breach In the event that (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. E.Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. F.Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). 6.DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is _ %. A separate contract goal [of _ % DBE participation has] [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). c. fit a separate contract goal has been established, use the following) Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Fort Collins of PURCHASE ORDER PO Number Page 9143620 4of6 This number must appear on all invoices, packing sli s and labels. following [concurrent with and accompanying sealed bid] [concurrent with and accompanying an initial proposal] [prior to award]: 1. The names and addresses of DBE firms that will participate in this contract; 2. A description of the work each DBE will perform; 3. The dollar amount of the participation of each DBE firm participating; 4. Written documentation of the bidder/offeror' s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; 5. Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor' s commitment; and 6. If the contract goal is not met, evidence of good faith efforts to do so. [Bidders][Offerors] must present the information required above [as a matter of responsiveness] [with initial proposals] [prior to contract award] (see 49 CFR 26.53(3)). (If no separate contract goal has been established, use the following) The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the City of Fort Collins. In addition, [the contractor may not hold retainage from its subcontractors.] [is required to return any retainage payments to those subcontractors within 30 days after the subcontractors work related to this contract is satisfactorily completed.] [is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the City of Fort Collins and contractor s receipt of the partial retainage payment related to the subcontractor s work.] e. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. 7.INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 8.CARGO PREFERENCE REQUIREMENTS Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill - of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of -lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 914362er Page City of PURCHASE 97 43620 5 of 6 ' `t Collins ins This number must appear �.I ` 1 1 on all invoices, packing sli s and labels. material, or commodities by ocean vessel. 9.ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 10.ADA Access Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 at seq. and DOT regulations, " Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations, " Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB' s " Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. Line Description Quantity UOM Unit Price Extended Ordered Price I Coin Sorter for Treasury Quote dated 6/19/2014 q� P14 iLn City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com 1 LOT LS 7,062.00 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Conditions Page 6 of 6 L COMMERCIALDRIPAIM. Tax exemptions. By stamm the City of rod Collins is exempt fmm state mA local nixes. Our Exemption Number is 98-0,1502. Federal Excise Tax Exemption Cetificme of Registry, 84-6000587 is regicaeed with the Collator of Interval Revenue, D-veq Col.& (Ref. Colorado Revised Smtuu, 1973, Chapter 39-26, 114 fa). Goods Rejected. GOODS REJECTED due to failure to meet sped ficmiom, either when Shipped or due to defects of Damage in rmnsit, may be refiroed an you for credit and are not to be replaced except upon receipt .1'write. instructions from the City of Fon Collins. hemptimt. GOODS are subject m the City of rain Collins inspection on -rival. Final Acceptance Receipt of ,he merb-diw. scivises r equipment in response to flux order e: result in authorized payment no the pan of the City of ForCollins, HmWseq it is to be undernoad fh:nFINAL ACCEPTANCE is depend,., upon completion oral applicable r cured inspection procedures. Freight I core, Shipments most be FOIL, City of For Collins, 700 Wood St, Fort Collins, CO 80522, unless otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight bill most rate mparay novice. Additional al mga for parking will rim be accepled Shipment Distance. Where manufacturers have distributing Points in various Pros of the country, shipment is expected from the nearest distribution to, to decimation, and eacess freight will be deducted from In, when Shipments art made from former duu aaa. Permits. Seller shall procure at sellers sole cost all neacsmry petmies, cenifirmas and ]Xenia requital by ell applicable Inxs, regulations, or, iwnces and roles of the firm, muni ainthly, mmfory Or political subJivisi.n where the work is performed, or required by any other duly consfiwmJ public currency having jurisdiction over the work of vendor. Seller father agrees to hold the City of hair Collins humless from and against all liability and loss requind by than by reason of an asseded or estrbbsbed vi.l:ai.. of any such laws, regulations, .olin:mtts, roles and regnircmcnle Authorization. All parties to this contract agree that the ,epresenuttives are, in fact, bone fide and Ponnex, fill and complete authority to bind mid ponies. LIMITATION OF TERMS, This Purchase Order expressly limits accepanee to the terms and conditions stated herein set fodh and any supplementary or additional farm and conditions annexed hereto Or incorporated herein by reference. Any additional or different maps and conditions proposed by seller are objected to add hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you canna, make complete shipment to arrive on your promised delivery date - noted Time is of the amentt. Delivery and performance must be ermined within the time stated on the purchase order and the documents armchd herem. No ens of the Purchasers including, without limitation, mcepmnce of pmial lam delirmes, shall opcmte m a waiver of this provision. In the evens of any delay, the Purchaser shall have, in addition to other legal ad equitable readies, the option of placing this order eluwherc and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which are beyond its reasonable conlml and without ire fuel, of negligence, sail .mis of God, act of civil or military multiplier, gopemmenul pnod,ies, fires, strikes flood. epidemics, wars or riots provided Nat notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when [he Seller first received knowledge thereof In the evenl oUny such delay, the date oI delivery stall be extended for the Period equal in the time actual ly lost by reason of the delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples -Nor other descriptions given, will be fit for the purposes intended, and Performed with the highest degree of care and competence in accordance with accepted standards for work of a ourni.f -rem. The Sell,, agrees I. hold the purchaser harmless fmm any loss, damage or expense which the Purchaser may suffer or incor on accai—, of lye Sellers breach Of warranty. The Sella shall replace, repair or make good, without cost to the purchaser, any defers or faults,rising within one (1) year or within such longer pond of time as nay be prescribed by law or by the rams ofany applicable waranty provided by the Seller after the G re of acceptance of lye goods fumishd hereunder (aceepame not to be umeas.tably delayed), resulting from imperf t or defective won done or neutrals Finished by lye Sella. Accept cal or nse.f goods by the Purchase, shall not constitute a waiver of any claim under this warranty, Except as otherwise provided in this purchase order, the Sellers liability hereuade, shall extend m all damages proximately eauud by the breach of any of the foregoing warranties or Imports , but such liability shall in no event include loss ofprofits or loss .fuse. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANCES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order 5. CI IANGES IN COMMERCIAL TERMS. The Purchurt may make any changes o the more, other than legal fir, including askiidons m or delni.ns from the quantities originally ordered in me Specifications firms. ore or drawings, by verbal or wrimen change order. If any such change afTecs the amounl due or the time of rimfomarm hereunder, an equitable adjustment shall M made. 6. TERMINATIONS. ]fie Purchaser may a1 any time by written flange ardc . temti-te this agreement m many or all Podium of the goods then not shipped, subject to any equitable adjustment between the paper as m any won or materials then in progress provided the, the Purchmer shall not be liable for any claims for-ticipamd pmfim on the uncompleted portion of the good -Nor work, for incidental or wremoremial damages, and that no such adjustment IS, made in Favor.(the Sadler with respect to any goods which art the Sellers standard stock. No such umiration shall relieve the Purchaser or the Seller ofa.y offer obligation as to coy goods delivered hereunder. 9. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserd within thirty (30) days from the it.,, ,he change or mmtination is ,adercd. 8. COMPLIANCE WITH LAW. The Seller warrants that all goods Sold hereunder shall have been u d.cad, sold, delivered and famished in smict compliance with all applicable laws and regulations to which the goods are subject. The Seller Shull execnte rind deliver such documents as may be bequindr to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby imuryomted herein by this reference. The Seller agrees to indemnify and hold the Purchases hmmless from all cons and damages suffe d by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall assign, transfer, or convey this ordeq or any monies due or to become due hereunder without the prior written summer of the other hady. 10. TITLE. The Seller warrants full, clear and unrestricted title to the Purchaser for all ryuipmenp materials, Said items famished in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest encumbrances and claims ormhers. I L NONWAIVER. Failure of the Purchaser I. insist upon steer pert. —mace of the terms and condition hereof failure or delay on any rights or reedrts provided herein or by law, failure to promptly notify the Seller in the event of a breach, m h, the acceptance brain payment for goods remainder or approval of the design, shall not release the Seller of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any night of the purchaser to insist upon strict performance hereof., any of is rights or remedies a to any such goods, proon less of when shipped, received or accepted, a, to any prior or subsequent default hereunder, nor shall any purposed oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any Of the terms hee.E 12. ASSIGNMENT OF AM (TRUST CLAIMS. Seller and the Purchaser marimbas, that in actual a is practice, overcharges resulting from -rtrus, violations arc is four some by the Purchase. Theretofore.for good cause and as consideration for executing this purchase osier, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services Purchased or acquired by the Purchaser pursuant to this purchase order. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Ifthe Purchaser direcxs the Seller to ex ri n nonconforming or defective good by a dare to be agreed upon by the Pambaser and the Seller, and the Seller thereafter indicates its i,ability or unwillingness to comply, the Reformer may,muse the work to bi, perforated by the most expedomp, means available t. it, and ,he Seller shall Pay all costs assw ored with such work. The Seller shall release the Purchaser and its contractors of any tier firm all liability, and claims of any nmre resulting from the performance of such work. This ,demo shall apply even in the even, of trash of negligence of the pad, released and Shall extend to he directors, officers and employees of such party. 'I he Seller's contractual obligations, including warenty, shall not be deemed to be reduced, in any way, because such work is performed or caused to be p afinmc l by the Purchaser. 14. PATENTS. \Vhenevemhe Seller is, yviread to me any design, device, mmenal or process covered by letmq poem, tee& ark r copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such p ,ter d design, device, mmenal or process in connexion with the rontrnr, and dull indemnify the Purchaser for any rest, expense or damage which it may be obliged to pay by reason of such infringement at any from during the pmseeurion or after the completion of the won. In case said erluipmmr, or any pan thereof or the intended use of the goods, is in such suit held to constitute inringemeat ad the now, of said equipment of pan is rejoined, the Seller shall, at its own expense and at its option, either procure for the Puchaser the fight to continue using said equipment or pans, replace the same with substantially al -I btu noninfringing equipment, or modify it re it becomes nnninfn'nging. 15. INSOLVENCY. If the Seller shall became insolvent or bankmpl, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of tire Sellers papery or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions of terms used or the interpretation ofthe agreement and the rights oral[ parties hereunder shall be enhanced code, and gmemcd by the laws of lye State ofColomdo, USA. Ile following Additional Conditions apply only in cases where the Sella is to perform work hermader, including lye services of Sellers Representarivard, on the premise ofothers. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work m Sellers uwrt risk unfit the same is fully complad and accepted, and stall, in au of any a-idcn, destruction or injury to the work and/or materials befor, Sdkh Final completion Said acceptance, complete the work at Sellers own expense and to the Satisfaction of the Purchaser. When materials and equipment art famished by others for installation or eection by the Seller, ,he ScIfn sbull receive, —load, store and handle same at the site and become responsible therefor as though such ntamfiah and/or equipment were being furnished by the Seller under the order. 18. INSURANCE The Seller shal], at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on Or in connection with the work covered by this purchase Order, armor to their dependents is occordmce with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insuance with tidily injury and death limits of at least 5 ulnuar for very one person, SSMI,MN' for any one accident and propery damage limit Per accident of S400,0110. The Seller shall likewise require his contractors, if any, to provide for such COMIscrequUmn and insurance. Before my of the Sellers or his comracmrs employees shall do any work upon the premises of others, the Seller shall famish the Purchu- with a certificate that such compensation and insumplacc have been pmvidd. Such certificaes shall specify the d re when such ompenmtion and insurance have been Provided. Such certificates shall specify the date when such compensation and insurance expires. The Sella agrees real such compeesation ad insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby resumes the entire m nwonility and liability for any and all damage, loss or injury of any kind nature,or whaesbever to persons or property caused by or resulting from the execution of fire work provided for in this is purchase order or in connenion herewith. The Seller will indemnify and hold hamhss the Purchaser and any cr all of the Purchase. oniai,, agents and employees from -itagainst any and all claims, Oases, damages, harges or expenses, ,better direct or indirect, and whether to persons or property to which the Purchaser may be put or subject by reason Of:my act, action, neglect, omission or default on the pan of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In care any suit or other proceedings shall be brought against the Purchase, or its oRcers, agents or employees at any time on account or by reason of my act, action, neglect, omission or def ash of the Seller of any of his contractors or any of its or their Officers, agents or employees as aforesaid, the Seller hereby agree to assume the defense themsf and to defend the come an the Seller own expense, to pay any and all coves, charges, auumeys fees and other expenses, any and all judgments that nay be incurred by or obtained against the Purchaser or any of its or thew officers, agents or employees in such suits or other pmceedwgs, and in cue judgment of other lien be placed upon or obtained against the property of the Purchaser, or Said parties in or as a result of such suits in other proceedings, the Sella will So some cause the same to be dissolvd and disclargN by giving band or Otherwise. The Seller add his contractors shall take all see@ay precaurimti, formal and install all guard nexessary for the prevention of accidents, comply with all laws and regulatiom with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all ones and regulations issued purse-t thereto. Revised W2010