Loading...
MacAllister Power Systems/FIRE/66,063/GeneratorMacAllister Power Systems Fire Department - 2014 Appropriation # 102.501.00; P.O. # 24650 Contract Not To Exceed $66,063.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ( "Agreement ") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ( "City "), and MacAllister Power System, an entity duly authorized to do business in the State of Indiana ( "Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and /or services (the "Goods and Services ") from Vendor using City budget appropriation number 43- 515.01 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Sixty Six Thousand and Six Three Dollars ($ 66,063.00) (the "Estimate "). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and /or quotations regarding same as were provided to Vendor by City and /or by Vendor to and accepted by City all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, goad and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. (SXo ng0102 .5.21 it cow SYaW „e DeytUo141Maciatner Poser 5>n= Coot 65awe FOAM Wtfl'&Vc& VAPa deer IM//OW 112' AM 1 MacAllister Power Systems Fire Department - 2014 Appropriation # 102.501.00; P.O. # 24650 Contract Not To Exceed $66,063.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ( "Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written waming and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and /or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and /or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. IS KmnNVmfAa& foods S.estiltt D,(Y,i01A4 lhaaWaa SFaam Omfr! Rnie, FORM - WrtH ENcnIS ts, ,ntt clea ILl/1014 II EI Mil 2 MacAllister Power Systems Fire Department - 2014 Appropriation # 102.501.00; P.O. # 24650 Contract Not To Exceed $66,063.00 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attomey fees, and other expenses, caused by any act or omission of Vendor and /or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and /or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and /or Vietnam era veteran status. 12. E- VERIFY Pursuant to I.C. § 22 -5 -1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E- Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E- Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E- Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E- Verify Law as regards each such subcontractor, Should the Vendor or any subcontractor violate the Indiana E- Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON- ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. IS:,CRmRataNSln Q Get S,nY,m (kounivasAllunt Powa Sydow Goth R Sena FORM. WITH E -Year L nvn tea I102014 11 II AMI 3 MacAllister Power Systems Fire Department - 2014 Appropriation # 102.501.00; P.O. # 24650 Contract Not To Exceed $66,063.00 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and govemed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 Chief Hoffman If to Vendor: MacAllister Power Systems 7575 East 30th Street Indianapolis, Indiana 46219 (317)5452151 AND Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and /or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. [Sxo&nK W,VS.o& code, swlrt Oe{i20141MYtA]bn Poor Spurns Goods &Sa.iaa FORM. WITH e.VeM'Iapwtdeo 1}(3/2011:II AM] 4 MacAllister Power Systems Fire Department - 2014 Appropriation H 102.501.00; P.O. N 24650 Contract Not To Exceed $66,063.00 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate, 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2014 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement, 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5 -22 -16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 15:10maaloOPTer Sea* Gaza Swage IknWINN,ANRn Pam Symons fmL & Snm FORM • WIN E- Veelf,' LoaguntAkca 110120111111 AMI $ *4a y�? NMacAllister Power Systems Fire Department -2014 Appropriation # 102.501.00; P.O. # 24650 Contract Not To Exceed $66,063.00 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest, IN WITNESS WHEREOF, the patties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By times Brainard, Presiding Officer te: . - / - " Ma Ann : rke, ember Date: Lori S Watsort!Merpber Date: t'-/ r i t I '1 ATTEST: Cigna Cordray, IAMC, CI r -Tre su /,3 i S / " f r Date: MacAllister Power Systems Authorized Signature {tn,4. /C Printed Name Cowl ..+ &/a% AMAIN AlAnO.9t /Y Title (� FID/iIN: `) - ti "1 t d bb Last Four of SSN if Sole Proprietor: Date: tSCttvutopmStn a GxJStoairt 0,14110 ,N4,uiwe h %Oa", Gmb a FF"IFT,FORM."1""MbRFRIFY"damOVFORM „I, Mil 6 YOUR PERFORMANCE PARTNER N C r l a i c Caterpillar generator set....$36,544.00 Non - CAT items....$3,874.00 Total NIPA sale price...340,418.00 (Received PO# 24630 on 9/17/2014) 11/5/2014 Installation Option: - Installation of generator equipment by MacAllister Power Systems and Barth Electric per plans and specs dated 10- 21 -14. (See clarifications and exclusions below) -ASCO series 7000 automatic transfer switch, 600 amp SE rated, closed transition - (temporary generator set/cable to be provided by owner — wired in by MacAllister/Barth) Total non -CAT items....$69,539.00 5% NIPA discount = $3,476.00 Total non -CAT = $66,063.00 Caterpillar generator set....$40,418.00 Non - CAT items....$66,063.00 Total NIPA sale price....$106,481.00.00 Clarifications Work scope as &dined by per plans and spec dated 10-21-14. Barth Electric Co„ Inc. reserves the right to negotiate final contract language in accordance with this quotation and the laws of the State of Indiana. Due the volatile markets, cost escalations, delivery delays and coat resulting from such delays are not Included In this proposal Barth Electric Co., Inc. reserves the right to invoice for material price increases in excen of three percent from time of quotation. Hose bib to be removed by others. Existing generator to remain in place. Barth Electric shall provide connection to EEL for temporary power to existing emergency panels. Temporary generator, generator cabling, and fuel to he furnished by MacAllister, wired by Barth Electric. This proposal EXCLUDES the following: c) Overtime - All work to be performed during normal working hours, except as required for cutover d) Utility construction costs, usage fees, or other fees e) Performance or Payment Bonds t) Sales Tax g) Diesel fuel for generator Installation detailed scope of work: • Hydro- excavate 10'xl 0' area to expose conduits • Remove existing emergency feed to existing ATS • Remove secondary feed from transformer to existing switchboard pmesot+n:l,:lme • i5A :,,,an sk.d . e.LmpoetW6719 eldismpolu•ram CoworawMuw Coley @ac SAMmnmson Innb142151 lei IedlumpolamMun Mm tqueaenU1 ,i 1317I 7554024;at IndienepnatWen CATRnral Slam W PI74441Nr ml 6lepvdnplmi Cr Renal Ctrs 191113499720w1 Fat Wipe Nary Sdm7Po,wr Swarms Qm74D &W W CM pmla&pm C2509643322 la Haw amayAy7lcw Swans CAI EISA Soso ChM 444a1911A Munato CATnmlal Sow 17m517544CArm1 Sat Band toy SuotM1bmn SYomu 15741 moan to EXHIBIT A loci Tins Nan !Irby Sall/Paw Mn.w CM Rena Slav 101714711315541 Wadanron IterySmevitrme, Swum 012125417171x1 YOUR PERFORMANCE PARTNER 1.NLr I..�_ • Place pad for new generator • Set new 150 kW generator set • Install rack mounted load center LCG • Connect generator mounted devices to load center LCG • Extend conduit and conductors to existing 4" PVC below grade to feed load center LCG • Extend conduit and conductors to existing 4" PVC below grade to feed new LS- ATS • Extend from new pad mounted generator one 4" conduit for emergency feed and one 1" conduit with control to new E -ATS • Extend existing 4" conduit with conductors from utility to new E -ATS • Install control wiring between transfer switches • Fire alarm control panel to be relocated complete • Existing 3 way switch relocated complete Breakout pricing Svstem Material Labor Distribution 6,879.55 8,798.00 Feeders 23,249.54 11,847.52 Lighting controls 122.51 247.09 Fire alarm 908.84 2,083.77 Demolition 151.83 552.48 Installation Total ASCO 600 amp Auto transfer switch closed trans, SER Total including installation Subtotals 15,677.55 35,097.06 369.60 2,992.61 704.31 $54.144.25 $11,918.75 $66,063.00 Price is valid until 11/30/2014. Site readiness & permitting will be the responsibility of the installing contractor with a pre start up check list to be provided to MacAllister by the installing contractor prior to start up. If the site is not ready when start up is scheduled and an additional trip(s) are necessary, additional charges will apply. Delays requested in delivery can result in storage but will be invoiced as "stored material'. Storage fees may apply. Engine delivery Is currently 12 -14 weeks after receipt of order and approved submittals. MACALLISTER POWER SYSTEMS a division of MacAllister Machinery Co. Inc. TERMS AND CONDITIONS OF SALE 1. THIS QUOTATION 1S VALID FOR 30 DAYS UNLESS OTHERWISE NOTED, EQUIPMENT MUST BE RELEASED FOR ORDER ON SUPPLIERS WITHIN BO DAYS OF THE DATE OF THIS QUOTATION WITH RECEIPT OF EQUIPMENT TO YOUR JOBSITE UPON MANUFACTURER'S SHIPMENT. 2. PRICES ARE SUBJECT TO ANY APPLICABLE TAXES. pew sywna0i,s41n • 7'75 Last In Sean • b4eniptln. W45219 inth.nnpnigdao IndlnnepalinWnn CmpaaleMeawSakv CAT Rental Sion Pow &MensDown 131t174441EMIN i11/1545-?I51 RI Indianapolis-Southeast agal nlmaa] uMW:.n 12 717!••vm`81 aleemin9lml CAI&run Wm 1112) 3449270181 Fon Wows HearySanninyy Swans I2B7 494L489 im CAIRoan Stan t260193;3322 Lotions IkaaySnW/Ap9lrns Snots CAI Penal SI•e t7A449 -0191 tat Muncie CATRenta Sane O8EI759.1CAT South Band - Salto/kw Snla,n (57a2tcl EXHIBIT A 2 cyc3 Tam Manta Woo Sa1n/Pgwo *woo CAI Nema State 191a478-31551m Washington Hwy SantOltvw &Awns (41a%4I7I7 let YOUR PERFORMANCE PARTNER 3. STANDARD MANUFACTURERS WARRANTIES APPLY TO EQUIPMENT DESCRIBED HEREIN. THE WARRANTY PROVISIONS AS SET FORTH ARE EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESSED OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, WHICH WARRANTIES ARE DISCLAIMED. 4. MACALLISTER MACHINERY CO., SHALL NOT BE LIABLE FOR ANY DAMAGES OF ANY KIND WHATSOEVER RESULTING FROM THE OPERATION, POSSESSION, OR USE OF SAID PRODUCTS, OR RESULTING FROM THE FAILURE OF SAID PRODUCT, OR RESULTING FROM ANY DELAYS OCCASIONED THEREBY, AND PURCHASER AGREES TO DEFEND AND INDEMNIFY MACALLISTER FROM SAME. MACALLISTER SPECIFICALLY DISCLAIMS ANY OBLIGATION BY IT TO INSURE THAT THE EQUIPMENT SOLD HEREUNDER COMPLIES WITH ANY PLANS OR SPECIFICATIONS PROMULGATED BY OTHERS. IT IS THE OWNER'S RESPONSIBILITY TO ENSURE THAT THE EQUIPMENT QUOTED WILL MEET LOCAL, STATE, AND FEDERAL EMISSION REQUIREMENTS. 6. ALL MATERIALS, LABOR AND INSTALLATION REQUIRED TO COMPLETE THE INSTALLATION, BUT NOT SPECIFICALLY INCLUDED WITH THIS BILL OF MATERIALS, IS THE RESPONSIBILITY OF OTHERS. 6. TERMS OF PAYMENT ARE NET 30 DAYS FROM DATE OF INVOICE. ALL SALES AND TERMS ARE SUBJECT TO RECEIPT OF AN ACCEPTABLE PURCHASE ORDER AND RECEIPT OF A VALID CREDIT APPLICATION. EQUIPMENT WILL BE INVOICED WHEN IT IS AVAILABLE FOR CUSTOMER PICK UP OR DELIVERY TO JOB SITE. DELAYS BY CUSTOMER REQUEST OF SHIPMENT OR PICK UP WILL BE SUBJECT TO CARRYING CHARGES OF 234 PER MONTH ON THE UNPAID BALANCE COMMENCING 15 DAYS AFTER NOTICE OF AVAILABILITY. TOTAL PURCHASE ORDER AMOUNT WILL BE INVOICED NO LATER THAN 12 MONTHS AFTER DATE OF PURCHASE ORDER. THIS QUOTATION DOES NOT INCLUDE UNLOADING OR INSTALLATION OF EQUIPMENT UNLESS SPECIFICALLY INDICATED. ALL QUOTED MACALLISTER ON- SITE LABOR IS BASED UPON REGULAR WORK HOURS. ADDITIONAL CHARGES SHALL APPLY TO OVERTIME LABOR. DELAYS DURING STARTUP CAUSED BY PARTIES OTHER THAN MACALLISTER WILL BE SUBJECT TO ADDITIONAL CHARGES. 7. CANCELLATION OF EQUIPMENT AFTER RECEIPT OF A WRITTEN OR VERBAL PURCHASE ORDER IS SUBJECT TO ANY CANCELLATION CHARGES INCURRED BY MACALLISTER MACHINERY FROM SUPPLIERS OF EQUIPMENT. ANY EQUIPMENT THAT CANNOT BE CANCELLED WILL BE ASSESSED ADDITIONAL CHARGES DETERMINED BY MACALLISTER MACHINERY AT THE TIME OF CANCELLATION. 8. TYPOGRAPHIC, STENOGRAPHIC, AND MATHEMATICAL ERRORS ARE SUBJECT TO CORRECTION. 9. MACALLISTER MACHINERY CO., INC. OR ITS DESIGNATED AGENT, RESERVES THE RIGHT TO PERFORM ANY NECESSARY ADJUSTMENTS OR MODIFICATIONS TO THE EQUIPMENT PROVIDED, INCLUDING ADJUSTMENTS OR MODIFICATIONS THAT ARE MADE AT THE JOB SITE. IF WORK RULES PRECLUDE MAKING THESE ADJUSTMENTS OR MODIFICATIONS WITH MACALLISTER MACHINERY'S DESIGNATED PERSONNEL OR AGENT, !TM UNDERSTOOD THAT THE PURCHASER WILL MAKE THESE ADJUSTMENTS OR MODIFICATIONS AT THE PURCHASER'S EXPENSE. MACALLISTER MACHINERY WILL NOT ACCEPT OR HONOR ANY BACK CHARGES OR RESPONSIBILITY FOR SUCH WORK PERFORMED. 10. MACALLISTER MACHINERY CO., INC. SHALL NOT BE LIABLE FOR LIQUIDATED DAMAGES OR OTHER CONSEQUENTIAL PENALTIES DUE TO FIRE, FLOOD, STRIKE OR OTHER LABOR DIFFICULTY, ACT OF GOD, ACCIDENTS, TRANSPORTATION DELAYS, OR SUPPLIER RELATED DELAYS THAT ARE BEYOND THE CONTROL OF MACALLISTER MACHINERY CO., INC. 11. TITLE TO PRODUCTS SUPPLIED HEREIN SHALL REMAIN WITH MACALLISTER MACHINERY CO., INC. UNTIL FULL PAYMENT IS RECEIVED FROM BUYER LOSS OR DAMAGE TO THE PRODUCT BECOMES THE RESPONSIBILITY OF THE BUYER UPON BUYER'S RECEIPT OF SUCH PRODUCTS AT F.O.B. POINT OF SHIPMENT. 12. THE TERMS CONTAINED HEREIN ARE NOT NEGOTIABLE, AND MACALLISTER HEREBY ANTICIPATORILY REJECTS ANY TERMS DIFFERENT FROM THOSE CONTAINED HEREIN, OR ADDITIONAL TERMS AS MAY BE PROPOSED BY PURCHASER IN ITS PURCHASE ORDER OR OTHER REQUISITIONAL DOCUMENT(S) REGARDLESS IF MACALLISTER EXECUTES SUCH PURCHASE ORDER. Pwet5p it Diemen • 7575 tau 3W 6trnet • be anepoes.1N48219 ledbnepelmEet Corpannefeaw Saks Potter SyateTmTmtion 13111545115; tel Indlsmpotis•SoWeut ttetatetteettukwan f31717894624ml IndimepollnWut CAT Rents( Sere PI7,744ALMIe. Bieontinpten LA1 Rental Mew I0123431220l l Fen Wayne Hew! Sedeeftwal 9A4anc (2W)4836469 les CAIRainl Stott iID%9WYV!M la/ayeve lesewSeleilitemvo Somme CAI 9aeWState 17e6)408191 NI Mantle CAT Rental gun 175517592CATrt1 Soup Band Nam S5 si u Spleen 1674)2804112Z •1 EXHIBIT A -Sec3 In Aeeu I hurry Salm/Pewf Stevens Mt Hemel Stan 1912(47831551e1 WMlastee Halve SeMyrRxw System le12) /54,1717 f 1 MacAllister Power Systems Fire Department - 2014 Appropriation # 102.501.00; P.O.1124650 Contract Not To Exceed $66,063,00 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect io the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govem and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA MacAllister Power Systems by and through its Board of Public Works and Safety By: By: James Brainard, Presiding Officer Date: Authorized Signature -in, 4 . Printed Name Mary Ann Burke, Member Date: Cow .•.Pn, 1 /R.,f,�er ✓,44nastir Title (� Lori S. Watson, Member FID/fIN: ?— 614 1- d Lob Date: ATTEST: Diana Cordray, IAMC, Clerk- Treasurer Date: Last Four of SSN if Sole Proprietor: Date: IS Cenu.n.VMS,e a Cam Stain Umw,M4cAnwe Ana SWAM/ Gab a 5,niatFOni • MTh [Neil) VMWtSeo tUmoI1 „ 11 .AM1 6 City of Carmel ONE CIVIC SQUARE CARMEL. INDIANA 48032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 008120185 002 0 FEDERAL EXCISE TAX EXEMPT 3840000972 PURCHASE ORDER DATE DATE REQUIRED REOUISRION NO. VENDOR NO. PAGE \ a\ \ PURCHASE ORDEFi NUMBER 24650 T® NUMBER MUST APPEAR ON INVOICES, AIP VOUCHBL DEUVEBN MEMO. PACKING SUPS, MAMAS LABELS AND ANY CORAFBPONDENce DESCRIPTION 1112512014 VENDOR MacAllister Power Systems 7575 East 30th Street Indianapolis, IN 46219 SHIP TO Cannel Fire Department 2 Cannel Civic Square Cannel, IN 46032 (317) 571 - 2622 MRWYARON BuroIET CONTRACT PAYMENT TEAMS FREIGHT • Ns OUANUTY IIAAtOFMF%1611ABi DESCRIPTION UNIT PRICE E%TENSICN Account 102.6010) 1 Each Insttel of Generator - Statton 41 Send Invoice To: Carmel Fire Department 2 Carmel Civic Square Camlel, IN 460132- PLEASE INVOICE IN DUPLICATE $66,063 00 266,062 00 Sub Total: $66.063 00 DEPARTMENT ACCOUNT PROJECT 1 PROJECT ACCOUNT 1 AMOUNT Carmel Fire Department SNIPPING INSTRUCTIONS • IMP REPAID. • COD. SHIPI@TTB CALRIDT BE ACCEPTED. • PURCHASE ORDER NUMBER MST APPEAR ON All /IMPAIRS tall • THIS ORDER ISSUED IN COMPLIANCE ram CHAPTER 09, ACTS 1045 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE PAYMENT • $66 063.00 • rue VOUCHER CAteIOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER B MADE A PART OF THE VOUCHER AND EVERY LWOICE AND VOUCHER HAS THE PROPER SWORNAFFIDAVIT ATTACH®. • I HEREBY CERTI}S'.TIAT THERE IS AN CND/SKATED BALANCE DI THIS AR /OPIADOLIS Fi ENT TO PAY FOR N1MABOVE ORDER IF -774 / Oe -_., 24650 CLERK- TREASURER DOCUMENT CONTROL NO. A.P.V. COPY • SION AND RETURN TO CLERK'S OFFICE