Loading...
HomeMy WebLinkAbout189591 TRAPEZE SOFTWARE GROUP INC - PURCHASE ORDER - 9144909Fort Collins Date: 08/25/2014 PURCHASE ORDER Vendor: 189591 TRAPEZE SOFTWARE GROUP INC PO BOX 202528 DALLAS TX 75320-2528 PO Number Page 9144909 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: 08/25/2014 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.N0 FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (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 modifed,,except to identify the subcontractor who will be subject to its provisions. 2.PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND 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 et 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. 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 Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 914490er Page C117/ of PURCHASE 9144909 2 of 6 ' `tColl I ns his number must appear ` l on all invoices, packing sli 6 and labels. (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. 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. 4.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 The City 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 the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. 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@fogov.00m Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PONumber Page Clty. of 9144909 3 of 6 F/'�rt Collins This number must appear V`I ` V 1' on all invoices, packing sli s and labels. b. Termination for Default 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 City 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 City that the Contractor had an excusable reason for not performing, such as a strike, fire, or good, events which are not the fault of or are beyond the control of the Contractor, the City, 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 The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days 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 If Contractor fails to remedy to The City' 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 the City setting forth the nature of said breach or default, the City 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 the City 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 the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. &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 9.9 %. A separate contract goal [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)). The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory 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.mm Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO Number Page City of PURCHASE ORDER 9144909 4of6 Fort Collins This number must appear on all invoices, packing sli sand labels. 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, Contractor 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. d. 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 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 F, 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 City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 8.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. 9. Conformance with National ITS Architecture To the extent applicable, the Contractor agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and follow the provisions of FTA Notice, " FTA National ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 at seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. Line Description Quantity UOM Unit Price Extended Ordered Price i X-Gate and FX-Mon Prorated X-Gate INV 14-1051215 2 X-Gate and FX-Mon Prorated Fx-Mon INV 14-1051597 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 1 LOT LS 4,450.00 2,050.00 Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City. of PURCHASE 9144909 s of s '11*"`t ( oltins This number must appear ` v on all invoices, packing sli s and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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 Pay terms net 30 days 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 I. COMMERCIALDETAILS. Tax exemptions. By statute the City of Fan Collins is exempt farm slate and local axes. Our Exemption Number is I L NON WAIVER. 98-04502. Federal Excise Tax Exemption Carificme of Registry 14-6000587 is registered with the Collector of Failure of the Parchrour to insist upon strict Performance of the to= and conditions hereof, failure or delay to Internal Revenue, Denver, Colorado (Ref. Colorado licensed Stoura 1973, Chapter 39-26. 114 (a), exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance odor payment for goods hereunder or ap,,..i or flat design, shall not release the Seller of Goods Rejected. GOODS REJECTED due no fame no area specifications, either when shipped or due to defects of any of the wor anties or obligations of this purchase order and shall not he deemed a waiver Of my right of the damage in transit, may be resumed to you for credit and are Rat m he replaced except upon raeipl of written Pamlonal in insist -I- 'met performance hereof or any of its rights or comedies as to any such goods, regardless instructions from the City of Fon Collins. of when shipped, recrien d or accepted, as to any poor or subtrahend default harrwder, nor shall any p imported am[ anndlfication or remission of this purchase order by the Purchaser operate as a waiver of any of the forms Inspection. GOODS are subject to the City of Fan Collins inspection on arrival. hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this Omer can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS, authorized payment on the van of the City of Fort Collins, However, it is to be andeamW thatFINAL Sella and dhe Purchaser recognize that an neared w is prof overcha rges resulting farm a., ACCEPTANCE o depea den ripon completion of all applicable ex, itedirrsporwo procedure. violatdus an in fact home by the ParchattrereM . Theef000r good cause and as consideration for executing Was purchase order, the Sella hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Terms. Shipments must be KO. B., City Of Eon Colima, 700 Wood St. Fon Collins, CO 80522, unless ucgmred under federal or sole snout laws for such overcharge rehfing as the p:macmar goods ne services otherwise specified on this order. H ximission is given to prepay freight and charge separately, the around freight purchased or acquired by the Purchases pursuant to this purchase order. bill nut accomnane invoice. Additional charges for mackine will not be, accented. Shipment Distance. Wnfere grourb corers have distributing prams in various parts of the country, shipment is expecod from the narest distribution point so destination, and excess freight will be deducted from Invoice when shapmans are made farm sr.e, distance. Permits. Seller shall prtxmre at sellers sole mot all necessary permits, certificates and licenses reeubed by all applicable laws, regulatam¢, ordinances ad rafts offing hate, municipality, territory or political subdivision where We work is performed, or unsecured by any other duly cotmimted public authority havingjunsdiction over the work of vendor. Seller hasher agrees to hold the City of Pon Collins harmless floor and against all liability and loss jactimaral by them by reason of an asserted or esobloind violation ofany curb laws, regulations, ordinances, cola and requirements. Authorization. All panic an Was comma agree that the representatives are, an fact, barn Ede and possess full and complete authority to bind said pames. LINDrATION OF'I ERMS. This Purchase Order cxpressly limits acceptance to the mnns and conditions sotto herein sal Each and my supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or WHemnl forms and conditions proposed by seller me objected m and hereby of 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately Tyou cmnut make complem shipment to once on your pminimd delivery date as could. Tine is ofthe essence. Deliver, and performance must be effected within the time voted on the moulmor aide, and the dWarmads attached hereto. No acts of the Purchasers including, without limitation, acceptance of partial late dclivenes, shall operate as a waiver of this provision. In the event of any delay, the Purchssa shall have, in addition to .,he, legal and equitable corn Woe, the detIn. of placing this offer elsewhere and holding the Seller liable for damage. However, the Seller shall uul W liable for damages as a result of delays due to causes not rearanably foreseeable which are bryond its reasonable control and without its fault ofnegligence, such acts of God, seta "fecal or military anthmaties, governmental priorities, fires, strikes, flood, epidemics, wan or riots provided Jot notice of the conditions causing such delay is given a the Purchaser within live (5) days ofthe time when the Seller first received knowledge thereof. In the event affray such delay, the done of delivery shall be extended for the penal equal to the time actually lost by reason ofthe delay. 3. WARRANTY. The Seller warrants that all goods. articles, materials and work covered by this order will conform with applicable drawings, specifications, sample and/or other descriptions given, will be fit for the purposes intended, and perfomed with the highest degree of rare and coin,same, in accordance with anceptW standards for work of a -similar nature. The Sella agrees m hold the purchaser harmless from ivy lass, damage in expense which the Purchaser may soffer or inch oa around cf the Sellers breach of inmenty. The Seller shall replace, repair or make good, without fast to the ..base, any define or that,, nosing within one (1) yen, or within such longer period of time as maybe prescribed bylaw or by the terms ofany applicable warranty provided by the Seller after the date of acceptance offle goods famished hereunder (acceptance not to he unreasonably delayed), resulting from imperfect or defective work done or materials f ished by far Seller. Acceptance or use of goods by the Purchssa shall not constitute a waiver of my claim under this warranty. Except as otherwise provided in this pinches, audit, the Sellers liability hereunder shill extend m all damages pmximnlely caused by the breach of any of the foregoing warranties or guarantees, but such liability shall in no event include lass of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make change 10 legal hems by written change aide,. 5. CIIANGES IN COMM ERCIAL'I ERMS, The Pachaer may make any changes to the Were, other than legal accma, including additions to or deletions from the quaratum originally ordered in the specificutlmm or drawings, by verbal or written change order. If any such change aRecs the amrum due or the tame of perfommnce hereunder, an equitable adjustmem shall be made. 6,1 ERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all pnnions of the goods then not shipped, subject to any equitable adjustmem between the panne as to any work or materials then in progress Pnoided fin I the Purchma shall not Ire liable for any claims far i micipalld Profits oa We wromplelW portion ofthe goods anNof work, for incidental or consalnevtial damages, and that no such adjustment be made in favor of the Seller with respect to any goads which arc the Sellers toodard stock. No such lamination shall rcfeve the Purchaser or the Seller ofany of thear obligations in to any goods delivered hereunder. ). CLAIMS FOR ADJUSTMENT. Any claim for adjustment mall be assened within Wirry (30) days farm the date the change Or mminadan is offered. 8. COMPLIANCE WITH LAW. The Seller wamnts that all goods sold hereunder shall have been produced, sold, delivered and f rmishad in strict compliance wrath all applicable laws and regulations to which the good are subject. The Sella shell execute am deliver such documents as may be required to effect Or evidence compliance. All laws and regulations required to he nconp crated in agremants of this character me hereby incoryomted haeln by this reference. The Sella agree to indemnify and hold the Purchaser harmless farm all costs and damages suffered by the Purchaser as a result of the Sellers failure in comply with such law. 9. ASSIGNMENT. Neither party shall resign, transfer, or convey this maker, or any monies due or to become due hereunder without the ,go, write. consem of the one, parry. 10. TITLE. The Seller warmnU WI1, clear and aneesvactal tide to dm Purchaser for all equapmem, maferials, and items abandoned in gerfomwce of this agreement, fare and clear of any anal all Ross. restrictions, resenntims. anchor, urnment mcumbmnce and claims of orbox. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs he Seller to cancer nonconforming or defeauve goods by a date fo be agreed upon by the Purchase. and the Seller, an I the Seller hereafter andi.les its inability or unwillingness to comply, the Purchaser may cause the work to be performed by the most expeditious means available 1. it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contractors of any tier farm all liability caul claims of any wore resulting from the popme antt of,.ch work. This offense shall apply even in due .vent of fault of negligence of the patty released and shall extend to the directors, officers and employees of such pony. The Seller's command obligations, including w'ananty, shall not he dermal to be reduced, in my way, because such work is performed art cauud 10 be pinfomed by the Purchaser. IT PATEN I S. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Sella shall inch-iy and eve harmless the Parchuer Imo any arm all claims fm infringement by rousen of the mar of such p handed design, device. rwteraal or process in con ra mat with the contract, and shall indemnify the Purchaser for any cost, expense or damage which it nary be obliged to pay by ream. of such infringement nl any time daring the prowern a or Per flue c.e,lctian of the walk. In case said equipment, or my pan thereof or the intended use of life goods, is in such suit held to constitute infdngemenl and the use of said ruipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the Parebma the right to continue using mad equipment or pets, replace the same with substantially of but noninGnging rauipmenl, or modify it so it becomes noninfringing. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of radatcrs, npprim a exualivin or trustee for any of the Sellers property or business, thus Older may forthwith be cancrled by the Purchaser summit liability. 16. GOVERNING LAW. The defniliuns oftems used or the intcryretmion ofthe agreement and the rights of all Parties hereunder shall be onst ou d under and governed by the laws ofthe State ofColomdo, USA. The following Additional Container apply only in axis wham the Sella as to perfomu work hcrrwde, including the archers of Sellers R,hesentative(s), on the premises of others. 17. SELLERS RESPONSIBILITY. The Sella shall vary on said walk at Sellers own risk until the same is fully completed and accepted, and shall, case of my mcldem, dermcdon or injury to the work a dfor materials before Sellers fcal completion arm acceptance, complete the work at Sellers own expense and m the mtisGetion of the Pandora. When radearas and criminal nal are fumnshed by others for installation or ereNen by the Seller, the Sella shall receive, unload, store and handle come at the site and become rim mr sible ahroon, as though such mmam, vmDa egnip cent were Filing famished by the Seiler under the order. I8. INSURANCE. The Sella shall, at his own expense, provide for the payment of workers compensation, including ocmpaatioal disease benefits, to its employees employed on or in connection with the work covered by this purchase order. and/or to their dependents in accordance with the laws of the slate in which the work is to be done. The Sella shall also carry comprehensive general liability including, but not limited e, contractual and ardamrM1lle public liability insurance with bodily injury and death limits (Tat least SJW,o00 for any One person. S50Qoo0 for any one accident and prop0. Th property damage limit per accident of S4o0,00e Sella shall likewise require his contrvcrma, ifeny, to provide for such compensation and insurance. Before any of the Sellers or his communities employee shall du any work upon the premises of others, the Seller shall ihmish the Purchaser with a certificate that such i Iopau trod insurance have been provided Such cenitacmm es shall specify the door when such compensation and insurance have been provided. Such cenificme shall specify the dare when such compensation and iru mager expires. The Seller agree that such compensation and insurance shall he mainmined until after the entire walk is completed and mreplW. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. 'I he Seller hereby assumes the entire respomibilaty and liability for my and all damage, loss or injury of any kind M ordure whatsdnmer to persotn or property caused by or resulting from the execution ofthe work provided for an this purchase order or in concerning herewith. The Sella will indemnify and hold harmless the Putchuer and any cr all of the Purchasers officers, agents and employees farm and against my and all claims, losses, damages, harges or expenses, whether direct or indirect, and whether a persons or Prepay 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 continuous, or any of the Sellers or contractors officers, agents or rmplmyces. In case any suit or other proceW irip shall be brought against the Purchaser, Or its officers, agents or employers at any time on arcount or by mown of any act, action, neglet, omission or defaull of the Sella Of any of his contmemrs or any of its or Weir ofRcen, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, amomrys fees and other expenses, any and all judgments that may be incurred by art obtained against the Purchaser or any of its or their officers, agents or employees in such sums or other proceedings, and in case judgment or other lam he placed upon or obouned against the property of the Purchases, or said tootle in or as a .11 of such subs or other proceedings, the Sella will at oare.use the same 10 be dassolvW and discharged by giving band or otherwise. The Seller and his contractors shall take all safety pre artiom, famish and install all guards necessary for the prevention of accidents, comply with all laws and regulmaovs with regard to safety including, but without limitation, the Caution..] Safety and Health Act of 1970 and all .des and regulmiom issued pursuant theaters. Revised 070014