400%
200%
100%
75%
50%
25%
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C03-054 Palin Equipment Corporation
AGREEMENT REGARDING INSTALLATION OF Vehicle Wash Equipment FOR Eagle County Maintenance Service Center Gypsum, Co 81637 This Agreement Regarding Installation of Vehicle Wash Equipment for the Maintenance Service Center dated as of ~ ~~ , ~ , 2003, is between the County of Eagle, State of Colorado, a body corporate and politic, by and through its Board of County Commissioners ("County"), and Palm Equipment Corporattion., a Colorado corporation ("Contractor"). A. Contractor has submitted to County a Proposal for performing the Services (defined in section 1) and represented that it has the expertise and personnel necessary to properly and timely perform the Services. B. Contractor and County intend by this Agreement, including the General Conditions attached hereto and all exhibits, to set forth the Scope of the responsibilities of the Contractor in conmection with the Services and related terms and conditions to govern the relationship between the Contractor and County in connection with the Services. AGREEMENT Therefore, for good and valuable consideration, including the promises set forth herein, the parties agree to the following: 1. Scope of the Services: Installation of a vehicle wash equipment. The Contractor shall provide all labor, materials and equipment necessary to perform and complete the services as fiuther described herein and as indicated in the proposal, ("Services"): a) Services listed as further described in Contractor's proposal which is attached hereto as Exhibit "A". In the event of any conflict between this Agreement and the provisions of Exhibit "A", the terms of this Agreement shall prevail over the others. Additional work as maybe authorized pursuant to the agreement wi71 be b171ed time and material. b.) Contractor shall submit the names and qualifications of all personnel and any subcontractors proposed to work at the facility. The county shall have the right to approve of all proposed personnel and subcontractors prior to commence of any work on the site. The county Requirements and Procedures for Contractors and Vendors workin~2 at Ea a County sites is attached herto and incorporated herein by reference. The contractor acknowledges that it has reviewed and is familiar with these documents and agrees to be bound by the same. c.) Contractor shall contact H P Geotech for asub-grade analysis and recommendation and qualified testing of concrete. Eagle County will pay for testing services. F:\DOCS\Canvash contracLwpJ I ` + ~ r ~ • d.) The Parties hereto recognize that the scope of the Services may change. When the Contractor believes that the scope of the Services has been changed or that by reason of a decision of County it will be required to redo properly completed Services, the Contractor shall immediately advise County of such belief and shall also provide a statement of the maximum additional charges for such Services. The Contractor shall not be entitled to be paid for any such additional Services unless and until County agrees in writing that the scope of the Services has changed and accepts the statement of the maximum additional charges. 2. Contractor's Professional Level of Care: The Contractor shall be responsible for the quality and completeness of the Services. The fact that the County has accepted or approved the Contractor's Services shall not relieve the Contractor of any of its respons~ilities. The Contractor and its sub-consultants shall perform the Services in a skillful, professional and competent manner and in accordance with the standards of care, skill and diligence applicable to the installation of a vehicle wash. 3. Time of Performance and Termination: a) The initial term of this Agreement is from the date the contract is executed by County to June 1, 2003. The parties recognize that County is a governmental entity and that all obligations beyond the current fiscal year are subject to fiords being budgeted and appropriated. The rates of compensation provided hereunder shall not change during a renewal period unless approved in writing by County and Contractor before the commencement of the renewal term b.) County may terminate this Agreement lately, in whole or in part, for its convenience upon providing notice to the Contractor. Such termination shall be effective upon receipt of the notice by Contractor or upon such other date as specified by County. In the event County terminates this Agreement, County shall pay Contractor for the actual work done up to the date of termination. c.) Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made to County nor shall any payment be made to Contractor for any Services done after December 31, 2003, without the written approval of the County in accordance with a budget adopted by the Board of County Commissioners in accordance with the provisions of Article 25 of Title 30 of the Colorado Revised Statues and the Local Government Budget Law (C.R.5 29-1-101 et seq.). 2 F:\DOCS\Canvash contractwpd • 4. Compensation and Pavment: In consideration of its performance of the Services, the Contractor shall be paid as follows: a) County shall pay a total of $185,703.00 for the services according to the amounts shown in the proposal attached as Exhibit A. Contractor shall bill monthly, for the services. b.) PROGRESS PAYMENTS: County shall make monthly progress payments on account of the Contract Price on the basis of Contractor's Applications for Payments, as provided below. All progress payments will be on the basis of the progress of the Work. c.) Prior to Completion, progress payments will be in an amount equal to: 90% of the Work completed untrq fifty percent (50%) of the Work is performed, after which no additional retainage shall be withheld, and 90% of materials and equipment not incorporated in the Work but dlivered and suitably stored, less in each case the aggregate of payments previously made. d) FINAL PAYMENT: Upon final completion and acceptance in accordance with the General Conditions, Owner shall pay the remainder of the Contract Price. The final payment shall not be made until after final settlement of this contract has been duly advertised at least ten days prior to such final payment by publication of notice thereof at least twice in a public newspaper of general circulation published in Eagle County, and the Board of County Commissioners has held a public hearing, therupon and complied with the C.R5.38-26-107. Final payment shall be made in accordance with the requirements of the aforesaid statute. e.) Contractar shall further submit to the county a proposal for maintenance service and supplies rates established in the agreement shall remain in effect during the duration of the agreement and shall apply to all services rendered under the agreement including repair services. Any change in rates will only actor at the beginning of a renewal period if previously agreed to by the County and Contractor in writing. f.) Invoices shall describe the Services performed Upon request, Contractor shall provide County with such other supporting information as County may request. g.) All invoices will be sales tax free because County is a government exempt from such taxes. h.) The Contractor shall maintain comprehensive, complete and accurate records and accounts of its performance relating to this Agreement for a period of three (3) years following final payment hereunder, which period shall be extended at County's reasonable request. County shall have the right within such period to inspect such books, records and documents upon demand, with reasonable notice and at a reasonable time, for the purpose of determining, in accordance with acceptable accounting and auditing standards, compliance with the requirements of this Agreement and the law. 3 F:~DOCS~Canvash conhactwpd ~ e 5. Project Management: Jim Blake shall be designated as Contractar's Project Manager for the Services. County's Director of Facilities Management shall be responsible for this Agreement. All correspondence between the parties hereto regarding this project shall be between and among the project managers. Either party may designate a different project manager by notice in writing. 6. Independent Contractor: It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, ar be construed as establishing, an employment relationship. Contractor shall be, and shall perform as, an independent contractor. No agent, subcontractor, employee, ar servant of Contractor shall be, ar shall be deemed to be, the employee, agent ar servant of County, The Contractor shall be solely and entirely responsible far its acts and for the acts of Contractar's agents, employees, servants and subcontractors during the performance of this Agreement. 7. No Subcontracting; No Assignment: The Contractar understands and hereby aclrnowledges that County is relying primarily upon the expertise and personal ab~ities of Contractor. Contractar may not subcontract ar delegate auy part of the Services ar substitute subcontractors without County's written consent, which consent County may exercise in its sole discretion Neither Contractar nar its subcontractors may assign its interest in the Agreement ar in its subcontract, including the assignment of any rights ar delegation of any obligations provided therein, without the prior written consent of County, which consent County may withhold in its sole discretion; provided that County hereby consents to any assignment to a successor entity to Contractar and to an assignment to an entity affiliated (by ownership) with Contractor. Except as so provided, this Agreement shall be binding on and inure to the benefit of the parties hereto, and their respective successors and assigns, and shall not be deemed to be far the benefit of ar enforceable by any third party. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release ar discharge the assignor from any duty ar responsibility under the Agreement. 8. Ownership of Documents: Records of Service provided under this Agreement shall be given to County at its request. 9. Insurance: At all times during the term of this Agreement, Contractor shall maintain the following insurance: a) Type of Insurance b) Comprehensive Liability c) Warkers' Compensation Coverage Limits $1,000,000 As required by Colarado law d) All insurance required hereby shall be issued by an insurance company ar companies authorized to do business in the State of Colorado. The Contractor shall deliver certificates of required insurance to the County within fifteen (15) calendar days of execution of this Agreement by the Boazd. 4 F:~DOCS\Canvash contractwpd e) Before permitting any subcontractor to perform any Services under this Agreement, Contractor shall either (1) require each of his subcontractor to procure and maintain, during the life of his subcontracts, insurance which meets the requirements for the Contractor herein, or (2) provide for insurance of the subcontractor in Contractor's own policies in the amounts required herein above. l0. Indemnifica.tion: To the fullest extent permitted by law, Contractor shall indemnify and hold harmless County, its board, commissioners, employees and the agents of any of there, from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attnbutable to bodily injury, sickness, disease or death, or to injury to or destruction of tangrble property (other than the Work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. 11. Notices: Any notice and all written comrYninications required under this Agreement shall be given in writing by personal delivery, FAX or mail to the appropriate party at the following addresses: a) Contractor: Patin Equipment Corp. 3955 S. Mariposa Englewood, CO 80110 phone: 303-781-0320 fax:303-781-5880 b) County: Richard Cimaiingham. Director, Facilities Management Eagle County PO Box 850 Eagle, CO 81631 phone: 970-328-88 80 fax: 970-328-8899 c) Notices shall be deemed given on the date of delivery if delivered by personal delivery or delivery service such as Federal Express or Uirited Parcel Service, or three days after the date of deposit, first class postage prepaid, in an official depository of the U.S. Postal Service. 12. Miscellaneous: a) The Contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement on the basis of race, color, religion, national origin, sex, ancestry, physical handicap, sexual orientation, age, political affiliation or family responsibility. The contractor shall require all consultants to agree to the provisions of this subparagraph 5 F:\DOCS\Carwash contractwpd . r. a b) The making, execution and delivery of this Agreement by the parties hereto has not been induced by any prior or contemporaneous representation, statement, warranty or agreement as to any matter other than those herein expressed. This Agreement with attachments embodies the entire understanding and agreement of the parties, and there are no further or other agreements or understandings, written or oral, in effect between them relating to the subject matter hereof. These Agreements may not be amended, including by any modification or, deletion from or addition to the scope of the Services, except by a written document of equal formality executed by both parties hereto. c) This Agreement shall be governed by and construed in accordance with the internal laws of the State of Colorado, without reference to choice of law rules. The patties agree that venue in any action to enforce or interpret this Agreement shall be in the District Court in the 5th District for the State of Colorado. d) This Agreement does not and shall not be deemed to confer upon or grant to any third party any right enforceable at law or equity arising out of any term, covena~, or condition herein or the breach thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. ~~ ~~ .; . ~G~ COUNTY OF EAGLE, STATE OF '~ COLORADO, By and Through Its _ ~ ~ BOARD OF COUNTY COMMI5S] ®~~ y: Cler to the Board of ~ Michael L. County Commissioners By: print name ; ~. ~L~~ print title ~ ~! 6 F:~DOCS~Carwash contcactwpd ~ ~ GENERAL CONDITIONS 1. Contractor shall provide and pay for labor, materials, equipment, tools, utilities, permits, licenses, transportation, and other facilities and services necessary for proper execution and completion of the Work. 2. If Contractor fails to obtain the tax exemption(s) applicable to public works projects from sales, consumer, use and similar taxes, Contractor shall pay the same. County (County) will cooperate with Contractor to obtain tax exemption for this project. 3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the Work, and the general and local conditions which can affect the Work or the cost thereof. Any failure by Contractor to do so wi71 not relieve him from responsibility for successfully performing the Work without additional expense to the County. County assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Agreement. 4. Before commencing activities, Contractor shall: (1) verify field conditions; (2) carefully compare this and other information known to Contractor with the Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to County. 5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. 6. Contractor, as soon as practicable, shall furnish in writing to the County the names of subcontractors and suppliers for each portion of the Work. 7. No charge shall be made by Contractor for hindrances or delays from any cause whatever during the progress of any portion of the Work, unless such hindrance or delay is caused in whole or in part by acts or omissions within the control of County. In any event, County may grant an extension of time for the completion of the Work, provided it is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g., weather, or to acts of omission or commission by the County, provided that such extensions of time shall in no instance exceed the time actually lost to Contractor by reason of such causes, and provided further that Contractor shall have given County immediate (as determined by the circumstances, but not exceeding 72 hours) notice in writing of the cause of the detention or delay. 7 F:~DOCS1Canvash contractwpd 8. Contractor shall deliver, handle, store and install materials in accordance with manufacturers' instructions. 9. Contractor warrants to County that: (1) materials and equipment furnished under the Agreement will be new and of good quality, (2) the Work will be free from defects not inherent in the quality required or permitted; and (3) the Work will conform to the requirements of the Agreement. 10. Contractor shall comply with and give notices required by all federal, state and local laws, statutes, ordinances, building codes, rules and regulations applicable to the Work. If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, rules or regulations without notice to County, Contractor shall assume full responsibility for such Work and shall bear the attnbutable costs. Contractor shall promptly notify County in writing of any conflicts between the specifications for the Work and such governmental laws, rules and regulations. 11. Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to the Work. 12. Before permitting any of his subcontractors to perform any Work under this contract, Contractor shall either (a) require each of his subcontractors to procure and maintain during the life of his subcontracts, Subcontractor's Public Liability and Property Damage Insurance of the types and in the amounts as may be applicable to his Work, which type and amounts shall be subject to the approval of the County, or (b) insure the activities of his subcontractors in his own policy. 13. To the fullest extent permitted by law, Contractor shall indemnify and hold . harmless County, its board, comrrrissioners, employees and the agents of any of them, from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. 14. Contractor warrants and guarantees that title to all work, materials, and equipment, whether incorporated in the project or not, will pass to County at the time of payment 8 F:\DOCS~Carwash contractwpd s free and clear of all liens, claims, security interests, and encumbrances (in these General Conditions referred to as "Liens"). 15. Any work in accordance with the agreement that the County finds improper, Contractor will correct work in a timely manner so as not to delay completion of the project. 16. If Contractor defaults or neglects to carry out the Work in accordance with the Agreement and fails within a seven day period after receipt of written notice from the County to correct such default or neglect with diligence and promptness, the County may, without prejudice to other remedies, correct such deficiencies. In such case, the Agreement maybe terminated by County or a Change Order shall be issued deducting the cost of correction from payments due the Contractor. 17. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including all those required by law in connection with performance of the Agreement. The Contractor shall promptly remedy damage and loss to property caused in whole or m part by the Contractor, or by anyone for whose acts the Contractor maybe liable. 18. Contractor shall promptly correct Work rejected by County as failing to conform to the requirements of the Agreement and Contractor shall bear the cost of correcting such rejected Work. 19. Contractor warrants and guarantees to County that all Work will be in accordance with the agreement and will not be defective. Prompt notice of all defects shall be given to Contractor. If, within one year after the date of completion, or such longer period of time as may beset forth in the Agreement (includmg the proposal), prescribed by law, prescribed by the terms of any applicable warranty given by a materials supplier or required by or a part of the Agreement, any Work is found to be defective, Contractor shall promptly, without cost to County, and in accordance with County's written instructions, either correct such defective Work, or, if it has been rejected by County, remove it from the site, and replace it with nondefective work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, County may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by Contractor. 20. The performance of the Work may be terminated at any time in whole, or from time to time in part, by County for its convenience. Any such termination shall be effected by delivery to Contractor of a written notice ("Notice of Termination") specifying the extent to which performance of the Work is terminated and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except as otherwise directed by County, Contractor shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice and of such requests in implementation thereof as County may make, to assure the 9 F:~BOCS~Canvash contractwpd efficient, proper closeout of the terminated Work (including the protection of County's property). Among other things, Contractor shall, except as otherwise directed or approved by County. a. stop the Work on the date and to the extent specified in the Notice of Termination; b. place no further orders or subcontracts for services, equipment or materials except as maybe necessary for completion of such portion of the Work as is not terminated; c. terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the Notice of Termination; d. assign to County, in the manner and to the extent directed by it, all of the right, title and interest of Contractor under the orders or subcontracts so terminated, in which case County shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; e. with the approval of County, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts; and f. deliver to County, when and as directed by County, all documents and all property which, if the Work had been completed, Contractor would be required to account for or deliver to County, and transfer title to such property to County to the extent not already transferred. In the event of such termination, there shall be an equitable reduction of the Contract Price to reflect the reduction in the Work.. End of Agreement 10 F:\DOCS\Carwash contractwpd i E3CHIBIT ~- Mr. Rich Cunningham Director of Facilities Management Eagle County, Colorado 590 Broadway Eagle, Colorado 81631-0850 February 4, 2003 Dear Mr. Cunningham: Enclosed please find Palin Equipment Corporation's Sale Agreement for supplying and installing a new Ryko US 2001 OHD vehicle wash system in your wash bay at the Public Works Maintenance Facility. We have included all of the equipment and building improvements that were identified during our last meeting. We have also included equipment cut sheets and a US 2001-OHD Pre Install Manual for your use. We firmly believe that the equipment and services rendered in this agreement provides the high quality commercial type vehicle wash facility you are seeking for end user customers. We apologize for our delay in the preparing the agreement, it required much coordination with other vendors and contractors. If you have questions or need additional information please call me. I can be reached anytime by my cell phone at (303) 882-5100. Thank you for this opportunity, I look forward to hearing from you soon. Sincerely, a ~~ Blake Sales Representative ®® A ~~~~ RYKO CAR WASH SALES 8 SERVICE SALE AGREEMENT Customer: Eagle County, Colorado Facilities Maintenance Dept. PO Box 850 Eagle, CO 81631-850 ATTN: Rich Cunningham February 4, 2003 Install Location: Eagle ,Colorado Palin Equipment Corporation Inc. is pleased to submit the following turn-key agreement for supplying and installing 1(ea.) new Ryko US 2001 Overhead Touchless Automatic Vehicle Wash System into the existing vehicle wash bay located at the Eagle County Public Works Maintenance Facility. In addition, this agreement contains numerous site improvements to correct current system function and system support deficiencies. This agreement meets and exceeds the requirements specified in the original Request for Proposals issued by Eagle County dated February 28, 2001. SUMMARY Palin Equip Corporation will provide the following equipment and services: Remove all existing InterClean vehicle wash equipment The equipment will be stacked in a nearby location on Eagle County property to enable a salvage option. Remove and replace the concrete wash bay floor. Anew 6" thick concrete floor will be Poured with proper slope to ensure adequate wash bay drainage. The old floor will be demolished including proper disposal of all concrete and waste materials. Modify existing water reclaim storage tanks. To optimize the reclaim process, one new concrete baffle wall will be formed and poured in place. This will achieve proper settlement, extend equipment life and provide cleaner reclaimed water for use in the car wash process. New grates and cover plates will be installed over the open trench reclaim tanks. A new open grate large enough to accept drainage water will be located at the optimum receiving point. All other existing open grated areas will be covered with removal solid plates to enable cleaning and maintenance access. Replacing the majority of the existing open grates with solid covers will minimize the current evaporation and high humidity problems that adversely affect the equipment and building. Remove and replace the existing overhead doors, operators and door hardware. At Eagle County's election, the old doors will be either disposed of or left on-site for Eagle County's ®® ~~Rr RYKO CAR WASH SALES & SERVICE (Eaa/e Couniv Prov©sal -Pace 21 salvage option. New poly-carbonate Clear View vehicle wash bay doors complete with hardware, operators and control equipment will be installed. Upgrade and relocate existing Petro-Vend Wash Activation Controller. The upgrade will include a new PC memory board to allow car wash users to choose from three different wash packages. The wash packages will offer different levels of service and allow the vehicle operator to decide which package is best suited fior their needs. °Express Washp "Deluxe Wash" and "The Works". The Petro-Vend entry controller will be re-stationed and aligned with the left edge of the entrance door approximately 12 feet from the front of the building. The height on the entry controller will be adjusted to allow vehicle operators to access the controller without leaving the comfort of their vehicles. Existing authorization codes and accounting practices will remain unchanged. Patin Equipment Corp. Inc. will cover all associated costs including new equipment, electrical work, concrete removal, patch back and repair. Supply and install 1 (ea.) New RYKO US 2009 OHD Automatic Vehicle Wash System. Ryko US 2001 Vehicle Wash System will include all equipment and functions specified in ate further details of this agreement. AI! costs for a complete installation, all necessary electrical and plumbing work are covered in this agreement. The following existing Eagle County equipment is in appears in excellent condition and is capable of supporting the new vehicle wash system. Patin Equip Corp will reuse this equipment: • Existing Water softener equipment. • Existing Wafer supply pressure boost system. • Existing Air Compressor. The finished turnkey package specified in this agreement will provide a complete state of the art vehicle wash system with industry standard warranties. It provides comprehensive operation and maintenance training for your personnel. The wash facility building will receive the needed upgrades to correct current deficiencies. It will support the new user friendly. wash system designed o deliver clean, dry, damage free vehicles. SECTION I - VEHICLE WASH FUNCTIONS The Ryko US 2001 OHD vehicle wash system specified in this agreement is equipped to perform the following vehicle cleaning functions: • Rocker PanelMfheel Blaster Pre-wash -High Volume oscillating water spray targeting the vehicle wheel well, and entire lower quarter panel of the vehicle. • Undercarriage Wash- High-pressure stationary mounted water spray nozzles targeting the entire undercarriage of the vehicle. (Eagle County ProRosal -.Pave 3) • 2 Step Pr®soak Chemical Application- An mild acid based chemicaVwater/air solution is first applied to the vehicle surtace and allowed to dwell for an established time frame (several seconds), the acid application is used to loosen road film, dirt and grime. The second application is a mild alkaline-based chemical/water/air solution applied to the vehicle surtace directly over the first step and allowed to dwell for an established time frame (several seconds). The alkaline application is used to finish loosening and also to encapsulate the dirt and grime. Mixing mild acid and alkaline Products result in a neutral PH solution that is returned for further treatment in the water reclamation system. • Double Pass Wash Cycle- Two consecutive high impact wash cycles accomplished with a combination of ultrasonic vehide mapping and centrifugal pump technology. Precise `tinnrater cuts is accomplished by maintaining the spray arm at the optimum distance from the vehicle surface while the spray arm travels around the entire vehicle. • Clearcoat Protectant or Tri-Foam Wax Application- Depending on the wash package selected, either Clearcoat Protestant or hi-performance Tri-Foam Wax applied to the vehicle surface. Both products provide paint surface protection and also function as drying agents to maximize the effect produced by the Slim-Line Dryer. • Spot Free Rinse Cycle- Low Pressure Spot Free water applied to the vehicle surface to provide a spot free shine on painted, chrome and glass surfaces. • Drying Cycle- High volume, high-speed air (approx. 90 mph.) is directed onto the vehicle surface through three oscillating fans. The vehicle operator slowly creeps through the dryer allowing the air to "chase" the water from vehicle surfaces. A count down timer visual display is provided to allow the vehicle operator to maximize allotted dryer time. SECTION 11, - WASH OPERATIgN SEQUENCE 1. Operator enters the correct employee number data into the Petro-Vend Controller Conveniently located near the entrance door. 2. Wash equipment is activated, the entrance door opens and highly visible LED instruction display stationed at the front of the wash bay directs the vehicle operator to move slowly into the wash. The instructional display continuously instructs the operator to proceed forward, steer left or steer right. 3 As the vehicle enters the wash bay, the rocker panel wheel blaster and undercarriage wash functions are activated. 4. When the vehide reaches optimum placement in the bay, an audible horn sounds and the instruction display directs the operator to "stop°. The instruction display directs the driver to "place vehicle in park or set the park brakes°. 5. The US 2001 OHD applies the heated chemical presoak in two applications. The presoak chemicals are allowed to "dwell° on the vehicle surface for a calculated time frame. During this process the chemicals are actively loosening and encapsulating dirt, grime and road film. The machine uses ultrasonic sensors to map the vehicle footprint white traveling over the vehide during the presoak process. The instruction display informs the operator that it is "presoaking. " • • jEagle Cognty P~aosal -Page-~4) 6. The machine performs a double pass Hi-Impact wash cycle. Through the use of ultrasonic technology, the inverted °L" shaped spray arm travels around the vehicle at precisely 18A from the vehicle surtace-performing a superior high impact cleaning process. The instructional display informs the operator that it is "Washing" 7. The machine performs a clearcoa# protestant or Tri-foam Wax application pass. The instructional display informs the operator that it is "waxingn. 8. A low pressure spot free rinse cycle is activated, the vehicle is immersed in approximately five gallons of spot free water. The instructional display informs the operator that it is Spot Free Rinsing. 9. The machine moves to the home position, the dryer is started, the exit door opens and the instruction display informs the operator to "proceed slowly through the dryer. A countdown dryer Eimer visibly located outside the bay allows the vehicle operator to maximize dryer capability. Once the vehicle has fully exited the bay the exit door closes. SECTION III., -WATER IRE_~M SYSTEM This agreement includes a complete water reclamation system. This state of the art system includes both the Ryko Environmentalist Reclaim System and the Rykozone Disinfectant system. All of the reclaim equipment specified in this proposal is specifically designed and built by Ryko to serve the US 2001-OHD Vehicle Wash System. The US 20Q1-OHD is equipped with a Grundfos centrifugal pump that is designed for extended life in reclaim operation. All water will be reclaimed, treated by the Ryko Environmentalist Reclaim System and reused for: + Rocker PaneV Wheel Blaster Function • Undercarriage Wash, Function • Hi-Impact (Nash Cycles. The Rykozone Disinfectant System uses low ultraviolet light to produce ozone which is injected Into the reclaim water during the tirr~d circulation functions that occur approximately every thirty minutes.. Ozone provides the best available technology for disinfecting vehicle wash water resulting in cleaner wash water, extended equipment life and a more sanitary safer vehicle wash environment. All costs to upgrade the existing reclaim water storage tanks and interface with the new equipment are included in this agreement. The upgrades include a new concrete baffle wall to provide adequate settling and improve water quality. Also included are a new bar grate and solid cover plates to properly enclose the reclaim water storageltreatment tanks. **Note'''~` Fresh water is used for producing spot free rinse water and for all chemical and wax applications. In addition, a minimal amount of water will be lost to cant'-off and natural evaporation. • i GEaa/e County Proposal -Page-51 SECTION IV. -VEHICLE WASH ~QUI ;ME_NT 1 (EA.) NEW RYKO AUTOMATIC - US 2001 OVERHEAD - TOUCHLESS VEHICLE WASH SY~ NEW RYKO US 2001 OVERHEAD TOUCHLESS WASH SYSTEM INCLUDES THE FOLLOWING "STATE OF THE ART" EQUIPMENT: BASE MACHINE: • Stainless Steel Wall Supported Rail Leg Assembly • 27 feet of Stainless Steel Track, Proximity and Stop Assemblies. • LED Customer Instruction Display • Stainless Steel Gantry Covers • Hi Impact Washing Technology- Superior Cleaning • Ultrasonic Vehicle Mapping ............................................................................... OPTIONS: ~~ • 2-Step Chemical Pre-soak Application ................................................................... • Clear Coat Protestant Applic~tion ......................................................................... • On-board Chemical Heater .................................................................................. • Tri-Foam Wax Application .......................................................................... . ...... • Stainless Steel Fixed Undercar Wash ........................ ......................................... • Stainless Steel Oscillating Rocker PaneVWheel Blasters .......................................... • Remote Pump Bench Option-Stationed in Equipment Room ...................................... • Stainless Steel Pump Bench Covers.....- - • . . .......................................................... • RainMaker III 2 Filter Spot Free Rinse System w! 165 gal Storage Tank ...................................................................................................... • Ryko Environmentalist II Water Reclaim System ..................................................... • Rykozone Reclaim Disinfection System ................................................................. • Petro-Vend ContollerUpgrade ................................•----•...................................... • .Expanded Diagnostics Module ............................................................................. • Deluxe Door Interface Kit .................................................................................. • Ryko 3-Fan Slim Line Dryer w/Coun# doom timer .................................................... INCLUS, IONS • 16 Hours of onsite Operations and Maintenance Training • Complete Chemical Strart-up Package to Include; 55 Gallons Pre-Soak Acid Prep, 55 Gallons Pre-soak Alkaline, 30 GaNons Premium Clearcoat Protestant and 15 Gallons each of Red, Blue and White Tri-Foam Wax • Wash Package Menu Sign Mounted on Petro-Vend Activation Controller • Operator Instruction Sign-Mounted on Wash Bay Entrance Wall 54,895.00 950.00 950.00 7,950.00 4,495.00 760.00 3,945.00 950.00 855.00 7,265.00 7,990.00 4,105.00 855.00 920.00 1,935.00 14,245.00 . • • ~g1e County ProDOSaI - Pa4e 61 SECTION V. -FACILITY IMPROVEMENTS NOTE: ALL WORK TO BE DONE ACCORDING TO UBC & AAPLICABLE COLORADO CODES. PRICES DO NOT INCLUDE PERMIT COSTS. PERMIT FEES WILL BE ADDED WHERE NEEDED. A. Remove existing floor and replace with 6" thick concrete floor with proper %" per foot slope to drain. BafFle existing trench into two (2) compartments for reclaim separation. Includes all saw cuts and forming to existing trenches ......................................................... $16,287.00 B. One (1) 3' x 5' Bar Grate for main trench drain. Ten (10) 3' x 5' Solid Plates to cover all remaining open pit areas .................................... 2,049.00 C. Two (2) New Clear view Overhead Doors with VF-Drive Operators And vehicle wash door hardware ................................................... 16,946.00 D. Plumbing and connection to all equipment............ ......................... 7,500.00 E. Electrical piping and wiring to all equipment ..................................... 17,500.00 F. Relocate Petro-Vend Controller includes all necessary electrical and concrete work including saw cutting pavement patch back and repair Adjust controller pedestal height ............................................ 5,150.00 SECTION VI. -WARRANTIES NEW EQUIPMENT 1 YEAR PARTS - 90 DAYS LABOR 5 YEARS PARTS ON GRUNDFOS CENTRIFIGUL PUMP 5 YEARS PARTS ON US 2001-OHD MOUNTING FRAME FACILITY IMPROVEMENTS 1 YEAR MATERIALS AND LABOR SECTION VII. -ESTIMATED PROJECT SCHEDULE Eagle County issues Notice to Proceed by February by February 21, 2003 Equipment Ordered by February 24, 2001 Existing Equipment Removed March 17 -24, 2003 Facility Improvements Completed by April 11, 2003 New Equipment Installed-Project Complete & Operational by May 5, 2001 *~`Inclement Weather and Other Uncontrollable Circumstance May Affect Schedule** tE~g/e County Proposal - Paoe71 SECTION VIII - .FEE SCHEDULE ~ TERMS NEW AUTOMATIC WASH EQUIPMENT ................................... EQUIPMENT INSTALLATION ................................................. FREIGHT (Approximate-Bill of Laden Determines Actual Freight Costs.) ............ . FACILITY IMPROVEMENTS ................................................. SALES TAX .................................................................... PACKAGE TOTAL ........................................................... '""~''` TERMS ''*'' 30 % nth Signed Otder .............................................................. 60 % Before Equipment Is Shipped .............................................. 10 % Upon Completion of Ins#allation ........................................... 107,065.00 10,706.00 2, 500.00 65,432.00 By Customer $185,703.00 $55,710.90 $111,421.80 $18,570.30 SALES COINDITIONS It is understood and agreed. that all terms and conditions of this order are. set forth hereon, and accepted on the following tenors and conditions. All merchandise shipped F.O.B. factory. No er is binding onus ess and untfi accepted in writing by authorized executive. Not responsib or non delivery, due to cSf above goods, caused by stn'kes, lockouts, fires, non-deliveri f raw materials by mills, etc., or auy o conditions beyond our control Deliveries hereunder bject to regulation of credit by seller. Operator agrees at all t to indemnify and save harmless seller manufacture of equipment from and against all loss, cost, ,expense, claims demands, ,and causes of action whatsoever alleged or asserted by any person, firm corporation for, on ac o~ or in the connection with, the installation, condition, maintenance, use, or 'on of the hinery or equipment covered by this order. Operator or buyer agrees that if this sales ent is canceled by the operator or buyer, and seller accepts such cancellattion, the money paid rewith down payment shall become the property of the seller, to compensate seller for its liquid ed damages r ' g from such cancellation. APPROVED BY Palin Equip Corp Eagle County Corp. 2 - S -- 0 3 Date Date `~.> - ' ~" i" "~ ` Eagle County ivvRg •hi7 ~~- .F ~'~~ ~ - l~F F ~~ dt ~p .-~ `iI " ~ ~_! "~Tf ~ i 3 ~ 7x 9~ :. ~. ` ., ~ .. _: i ^ ' ' ~ ~ ¢1 - =: - i~' ~ -~='i- __ ~. d s•-. ~,',•~ .°.-".aa xt.= ..,:,-.;t: t.~ ~ ~~.~ ~~ -~tr.`~:ai: .t .~. .{ X... ~"-..~ ,~ TMtT~g~g^ ~4~ S ~*°s ~ ge~ ~~ ~ ~_ x~~ m (~~;5* ~~~ S4'~> ~~~~~ S ~~ ~~~ C~ ~~~~ 3~ r.~4~ ~ g.~, ~ . e ;P a" ~4 fir, j x ~ -i l ..' " A ~ ~ F ~` { `~ 'F gilt ~yp~~.''y ,ya. '.~. ' <~ ~+ ~ ;~- w ~ ~ ;"~~ +~ ~~ ~. , ~ F ~a r ~~~ 3~9ny~ i .. a ~ ~~~ . ':y ~.~ ~~~~ ~~ ~ ~~ h g • ~~ °~4Qs a~ ~ ~~Z y~~ ~ ~~ ~ ~ ~ v ~ a ~ ~~ ~ ~~~~ C - ~ : ~,: : ~`~ E,- ~ f ~ ~ , ~_n~~ ~e~~~~~~ ~ r- A ~~~~~~~~ e °~ ~t s f~< ~~ . ~~ ~~ ~ ~~~~~~ ~,~ ~ ~ ~o ~, ~~ ~~~ ~.~~~~ ~ ~' ~~ ~3~m ~. ~~ ~ iY O o =y 'Q ~ ~ ~ .~ C ~ C ? v1 ~ ~ -, ~~ ~ w ! ~~ ~~~ ~ a ~~~ ~ ~~~~ a~3~ ~g 4 ~ °'~ 3 ~. ~~.: ~ ~ S~ ~~,a~~' ~ m ~~~ . ~~~~~~E~ ~m ~. F~~~~ ~, ~ - ~~~ s~ ~~ ~~~~~ ~4 M itt'44`` k4y ,~. S ~ ~ We ~i~A ~~~~ ~~~~ ~~~ ~, s. ., ~F n r~ ~~ ~~ ~,~ ,:.,,f t ~. ~_ ~.~ ,~ _ _. ~ '> ~ aj ---- -- - - -- -- ~-~~,f~ - - ~~~~~~~ O ~ 7 ~ 6 ~ a ~ ~ ffimC ~~~~~$~ m~~°~~~ ~g~~~~~ ~~3~~~i: ~~~4~~~ ~~~~'~ i f i~y' l d 1 . ~ ~ t e ~.. ~; aiy ,..~ .~, 7„r ~~ j ~J. ~ ~,~uyC t~ r ., t ti, ~ 'IS9'~ ~i .` '~~ i .r~ ~~ rc. -.t ,y -~, :s,~- - „- ~n ~ ~~~Y~~f ' ~r ~ ~~ ~, _ ;~ ~ ~;r ~ ~ 4 ; t~ _ ~; ;c ~ ~F.~ t { 7 - - ~ '- _ ~' 4 ~ 1 s~ A ~ 1 ® • ~~ ~ ~ R ,. ENVIRONMENTALIST II-A ~'~.. ~'` +: . _ ~E7,'_ ~ti~rnran w o ~:> 1-. } .~`l: ^, .r ~p~~ ; nA ~u ~ . k .; q `,' F' ~:4. .: ~~ i r tiS. Su ~;, ._ ... ~ ~3:'4. .t. _.. ~1~ yb#~, ~ ~~ If it were not for water, we would not be the nation's leading manu- facturer of quality vehicle wast- systems. Furthemtore, we would not be the leading supplier of car wash equipment to a number of Fortune 500 companies-it it were nat iar water. We're RYKG~ Manufacturing, an ISO 9001 approved company. Obviously, we ret~gnize the impar- tance of water. More importantly, we recognize the importance of water conservation. to fact, durir~ tip past two decades, we've been responsible far conserving and reusing bi~ions of gallons of water at RYKO-equipped ioratians worid- w~le. With the new Envlronment- allst II-A water reclaim system, we're prepared to conserve even more water, and operating costs, in the futon=. The Environmentalist 11-A water reclaim system is RYKO's latest addition to its fine line of car wash accessories. The EV 11-A is de- signed to reduce operating tests for car wash operators by storing and then re-using water that has been used in previous wash cycles. Furthermore, the water maintains a residual detergent content which helps reduce the cost of chemical usage. Perhaps more importantly, the EV 11-A meets civic environmental codes. r Here's how it works. During a full wash cycle, the water used is drained into two underground tanks where it is held in storage. During subsequent washes, the water stored is sent through a Cyclone Separator where v particulate matter is removed. The water is then used in another wash cycle but is not applied during the rinse Cycle where only fresh water is used. The net result is a clean vehicle that attracts and retains car wash customers, while water and detergent usage is reduced by as much as 80%. The bottom line result is a direct decrease in operating costs and an increase in car wash r®venues. r~ LJ The Environmentalist II-A is built fromcorrosive-resistant aluminum that withstands years of exposure to wet envi- ronments. The sell priming pumps are a protective fea- turewhich allows the EV II-A to operate continuously with uninterrupted ease. The built-in chlorination system dra- matically reduces the level of lingerir~ odor that can result from water storage. The EV II-A is also equipped with programmable controls for refiabie arni efficient operation. Furtfiermore, a frost protection option is avail- able to allow the EV II-A to operate even under extreme climatic ernironmerits. Recirculation is standard as an aid to r~ludng bacteria growth. The optional chlorination. system further assists to eliminate odor-causing bacteria. EV Il-A SPECIFICAT101VS Water RegUilremerrts 3/4 inch service line, 40 PSI minimum at 15 GPM pow rate. Maximum pressure is 150 PSI. Electrical Requirements 200V or 230V, 60HZ, 3 Phase, 15 AMPS 460V, 60HZ, 3 Phase, 7.5 AMPS Cabinet Dimensions 45 inches high 52 inches wide 12 inches deep I S O T 9 O~ 0 1 WE'RE WASMNQ OVER A MILLION VEHICLES A DAY! RELIABLE • PROVEN • ACCEPTED ~~ ~~ ~~~ ~ ~ /®~A /tr RYKO Manufacturing Company 11600 NW 54th Ave. • Grimes, IA 50111 (515) 986-3700 • FAX (515) 986-3621 1199 SM 17981-Ot10 The high-efficient pumps are prerasion created with self- priming feature. . y • ,., ~~ , 6 e , i'r'bw,~ ~y, ,',.~~.,r~~''~~'''~I R~ n ,+zn': ~sJ(~'-'~`i•,c - ~: x.~» _ .,~.- fiSaa'.T s ~s°a ~ ~:a^ 5- Y' ',1 -{ 1 _ ~ ! _. ~. RAVERS KEEP ~s• ~ ~n` q 3~ ~~ ~ ~~ ,: s ~~ t~~t;; ~~y,. y ;' i. i. 3 ~ V~ ~ ~ S ,~.. }'..~~'.i it ~ ~ i ~~ '~R t'~~ r ~ 7~, ~". .. ,,.4 y t ~: C- ~~-s '. ._~~~ '. ~~ a I ~A~ s i f} t ~! 1 ~~j s y~. ;' ' i~ {{ I 1 t ~::_. l ~ 1 1 1, y to 1. III STEM E~/ 4 w~ ~. - y ~ ° ~'" F ~~ ~ ~ ~'1 rr r` ~'`~` ,. y r~ ~ .~.~' y~yti ~ - ~hY _~. _ .REVERSE•OSMOSIS, SPOT F~tEE RINSE The RYKO Rainmaker III Reverse Os7nasis system is a safe, effective and economical quay to remove minerals and dissolved solids from rinse water. In fact, the 1tYKa Rainmaker IlI is capable of removing up to 9$~Io +~f the total dissolved solids that cause water s~ttin,~. Here's how+ it works. The RYKt) Rainrr~aker III reverse c~sml~sis ~~-steTn ~ca~tures dis~stlved solid. font ~-' as it paa~es thrQUgh a series of filtering n~emjbranes. ~iftl~r filtratit~ra, the water is sldred ~t h sttnra task until it a~~ died to the vlrhi+~le. The result i~ a vehicle with a sit-frtieee rinse that cam' wash custc~rtters appreciate: t~lstt available, tl~ugh R'1'T~Cl. For ~ with the Rair~rna~cer ~ ace a high efficiency water softener, water hater arrd.a remote rinse arch. The R'YI~A Rnitun~aker LH ~lrstem ~+m~es with the foll~nwing equiprraent; • ~arhun Ater Ftepressurition 1?'u~ap ttictns include: • ~lr~aninuna Ca~rinet '1~ater ~-leater • 'W'ater Soften+ar • , ~"vto, ~ or ~131~r 1"~Iembranlrs • ltl~ gallon atorage'1'ank a ~ ~. ~ x _ ~ ~~~ -,ti ~~ . Ryko lVlgvufa~.4usZeg Ca~pany ilf~ N'W 54t3~ Atte~tt~ Gr3. I~w® ~Oll l one 18151'~+B-3'JQD + Fmm 1810 98b-'.M6Zl 8A¢S9 2.5A9 ~"'~=' The New ~1imLine. RYK~'s Latest Addition To its Fine Line Of Air Dryers. Incr®ase Your Bottom Line Without Increasing The Length O# Your Wash Bay! RYKO Manufacturing Company proudly introduces the addition of another revenue generating car wash accessory. The new Siimlrne allows car wash operators with limited bay space to offer drying services. The SlimLine can be retrofitted at locations which already have a wash system, or accompany an original purchase. The SlimLine is made otcorroslon-resistant aluminum which supports the high-efficient tan motors. The 10 hp motors direct a high volume of ambient air over the surface of the vehicle stripping away rinse water which attracts ark retains car wash customers. Contact Yaur Local RYKO Repress»tative iFor More fnformetion About The New SlfmLin~e e~®~ ltr~ RYKO Manufacturing Company 1160D NW 54th Ave. • Grimes, Iowa 50t 11 (515) 986-3700 • TELEX 493 08 57 • FAX (515) 986-3621