Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC11-166 Ace Equipment & Supply Sales Contract •
AGREEMENT BETWEEN EAGLE COUNTY and ACE EQUIPMENT & SUPPLY
COMPANY
THIS AGREEMENT (the "Agreement "), dated as of this5[ day of May, 2011, by and
between Eagle County, Colorado, a body corporate and politic ( `County "), whose address is 500
Broadway, Eagle Colorado 81631, and Ace Equipment & Supply Company ( "Contractor "), with
offices at 9660 Dallas Street, Henderson, Colorado, 80640.
WITNESSETH:
WHEREAS, Contractor has submitted to County a Quotation/Sales Contract (the
"Quotation "), No. 11- 033101LB, dated March 31, 2011 (Quotation, with attachments
thereto, attached hereto as Appendix 1 and made a part hereof by this reference), and
WHEREAS, based on the Quotation, and the representations of Contractor as to its experience
and knowledge in the subject matter of the Quotation, the County desires to contract with
Contractor for the services described in the Quotation, as more specifically hereinafter set forth.
NOW, THEREFORE, in consideration of the foregoing premises and the following
promises, the parties agree as follows:
1. Services Provided. Contractor will provide the services (the "Services ") described in the
Quotation. The parties agree that the Quotation is supplemented by the provisions of this
Agreement and that in the event of a conflict between the provisions of the Quotation and the
provisions of this Agreement, this Agreement shall control.
2. Commencement of Work. Contractor will commence work in fulfillment of its obligations
hereunder promptly following execution of this Agreement.
3. Payment Terms. County will pay to the Contractor the agreed total price for the
equipment and services provided within 30 days after completion and written acceptance
by the County of the Services. County will not unreasonably delay or withhold
acceptance of the Services.
1
Gi ( -11fite
4. Independent Contractor. Contractor acknowledges that it is an independent contractor
providing equipment and services to County. Nothing in this Agreement shall be deemed to make
Consultant an agent, employee, partner or representative of County. Contractor shall not have
the authority to, and will not make any commitments or enter into any agreement with any party
on behalf of County without the written consent of the Board of County Commissioners.
Contractor will maintain liability, unemployment and workman's compensation insurance on its
behalf, as necessary.
5. Additional Payment and Fund Budgeting and Appropriation. Notwithstanding anything to
the contrary contained in this Agreement, no charges shall be made to County nor shall any
payment be made to Contractor in excess of the amount for any work done without the written
approval in accordance with a budget adopted by the County in accordance with provisions of the
Colorado Revised Statutes. Moreover, the parties agree that the County is a governmental entity
and that all obligations beyond the current fiscal year are subject to funds being budgeted and
appropriated.
6. Ownership of Documents. All documents (including electronic files) which are obtained during
or prepared, either partially or wholly, in the performance of the Services shall remain the
property of the County and are to be delivered to County before fmal payment is made to
Contractor or upon earlier termination of this Agreement.
7. Indemnification. Within the limits allowed by law, Contractor shall indemnify County for, and
hold and defend the County and its officials, boards, officers, principals and employees harmless
from, all costs, claims and expenses, including reasonable attorney's fees, arising from claims of
any nature whatsoever made by any person in connection with the negligent acts or omissions of,
or presentations by, Contractor in violation of the terms and conditions of this Agreement. This
indemnification shall not apply to claims by third parties against County to the extent that
County is liable to such third party for such claim without regard to the involvement of the
Contractor.
8. Insurance. At all times during the term of this Agreement, Contractor shall maintain commercial
general liability insurance in the minimum amount of One Million Dollars ($1,000,000) and
Workers' Compensation insurance as required by Colorado law. Contractor shall deliver
certificates of insurance, naming County as an additional insured, to County within fifteen (15)
calendar days of execution of this Agreement by County.
9. Contractor's Professional Level of Care. Contractor shall be responsible for the completeness
and accuracy of the Services provided hereunder, including all supporting data and other
documents prepared or compiled in performance of the Services, and shall correct, at its sole
expense, all significant errors and omissions therein. Contractor shall perform the Services in a
skillful, professional and competent manner and in accordance with the standard of care, skill and
diligence applicable to consultants, with respect to similar services, in this area at this time.
2
10. No Assignment. The Services to be provided pursuant to this Agreement are professional in
nature and in entering into this Agreement County is relying upon the professional services and
reputation of Contractor. Therefore, Contractor may not assign its interest in this Agreement, or
its rights and obligations under this Agreement without the prior written consent of County,
which consent County may withhold in its sole discretion. 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 for the benefit of or enforceable by any third party.
Unless specifically stated to the contrary in any written consent to an assignment, no assignment
will release or discharge the assignor from any duty or responsibility under the Agreement.
11. Notices. Any notice and all written communications required under this Agreement shall be
given in writing by personal delivery, facsimile or U.S. Mail to the other party at the following
addresses:
County: Harry Taylor
Fleet Services Manager
Fleet Services
P O Box 1705
Gypsum, CO 81637
Telephone: 970.328 -3543
Fax: 970.328.3549
Contractor: Lawrence G. Booco
Ace Equipment & Supply Company
9660 Dallas Street
Henderson, CO 80 -640
Telephone: 303.288.2916
Fax: 303.288.5609
Notices shall be deemed given on the date of delivery; on the date the facsimile is transmitted
and confirmed received or, if transmitted after normal business hours, on the next business day
after transmission, provided that a paper copy is mailed the same date; or three days after the date
of deposit, first class postage prepaid, in an official depository of the U.S. Postal Service.
12. Governing Law and Judicial Venue. This Agreement shall be interpreted in accordance
with the laws of the State of Colorado and the parties hereby agree to submit to the jurisdiction
of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado
13. Confidentiality. The parties acknowledge that, during the term of this Agreement and in the
course of the Contractor supplying the equipment and providing the Services, the Consultant and
County may acquire knowledge of the business operations of the other party not generally known
and deemed confidential. The parties shall not disclose, use, publish or otherwise reveal, either
directly or through another, to any person, firm or corporation, any such confidential knowledge
3
- I
or information and shall retain all knowledge and information which he has acquired as the result
of this Agreement in trust in a fiduciary capacity for the sole benefit of the other party during the
term of this Agreement, and for a period of five (5) years following termination of this
Agreement. Any such information must be marked as confidential. The parties recognize
that the County is subject to the Colorado Open Records Act and nothing herein shall
preclude a release of information that is subject to the same.
14. Miscellaneous. This Agreement constitutes the entire Agreement between the parties related to
its subject matter. It supersedes all prior proposals, agreements and understandings.
15. Third Party Rights. 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, covenant, or
condition herein or the breach thereof.
16. Prohibition on Public Contracts for Services. If Contractor has any employees or
subcontractors, Contractor shall comply with C.R.S. § 8- 17.5 -101, et seq., regarding Illegal
Aliens — Public Contracts for Services, and this Contract. By execution of this Agreement,
Contractor certifies that it does not knowingly employ or contract with an illegal alien who
will perform under this Agreement and that Contractor will participate in the E- verify
Program or other Department of Labor and Employment program ( "Department Program ")
in order to confirm the eligibility of all employees who are newly hired for employment to
perform work under this Agreement.
A. Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under
this contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the
Contractor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under the public contract for
services.
B. Contractor has confirmed the employment eligibility of all employees who are
newly hired for employment to perform work under this Agreement through
. g g
artici at
p p ion in the E- verify Program or Department Program, as administered by
the United States Department of Homeland Security. Information on applying for
the E- verify program can be found at:
http:// www .dhs.gov /xprevprot/programs /gc 1185221678150. shtm
4
C. Contractor shall not use either the E- verify program or other Department Program
procedures to undertake pre - employment screening of job applicants while the
public contract for services is being performed.
D. If Contractor obtains actual knowledge that a subcontractor performing work
under the public contract for services knowingly employs or contracts with an
illegal alien, Contractor shall be required to:
(i) Notify the subcontractor and the County within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting
with an illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph
(D) the subcontractor does not stop employing or contracting with the
illegal alien; except that the Consultant shall not terminate the contract
with the subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien.
E. Contractor shall comply with any reasonable request by the Department of Labor
and Employment made in the course of an investigation that the department is
undertaking pursuant to its authority established in C.R.S. § 8 -17.5- 102(5).
F. If Contractor violates these prohibitions, County may terminate the contract for a
breach of the contract. If the contract is so terminated specifically for a breach of
this provision of this Agreement, Contractor shall be liable for actual and
consequential damages to County as required by law.
G. County will notify the office of the Colorado Secretary of State if Consultant
violates this provision of this Contract and the County terminates the Contract for
such breach.
5
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written,
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its
Board of County Co i'ssioners
1 40 . /■• . 111
4 ,/ A
By:
airman
Attest:
1r'
Teak J. Simonton, Clerk to the
Board of County Commissioners
Ace Equipment & Supply Company
Title:
6
STATE OF COLORADO )
,+' ) ss
County of L4,,, )
The foregoing was acknowledged before me this (�) day of ` ,,7, 011
bY/ , Q fJ,Te 1 - Sooe l � '
Witness my hand and official seal.
My commission expires: / I // 3/ ( 9O 3
.e/ ,III ! a
t a r t ? ( T. is • � G .
, O
<< ^
oF
C
� v
Cel , aft meet & Sewit e.mft4
1
9660 DALLAS STREET — HENDERSON, CO 80640
800 - 435 -4266 / 303 - 288 -2916 / 303 - 288 -5609 (FAX)
Serving the Rocky Mountain Region Since 1949
QUOTATION / SALES CONTRACT
•
TO: DATE: March 31, 2011
Eagle County — Fleet Services QUOTE #: 11- 033101 LB
P.O. Box 1705 TERMS: Net 30
3289 Cooley Mesa Road - Bldg. C F.O.B.: Gypsum, CO
Gypsum, CO 81637 DELIVERY: 5 -7 Weeks
VALID FOR: 60 Days
ATTN: Gary Nestor, Maint. Coord.
RE: Refurbish Wash Bay Lift PHONE: 970 - 328 -3548
FAX: 970 - 328 -3549
gary.nestor @eaglecounty.us
WE ARE PLEASED TO QUOTE YOU AS FOLLOWS:
ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL
Labor & Materials = Remove, Refurbish and Reinstall (1)
Rotary/Advantage Model #50/32 Parallelogram Vehicle Lift per
Attachment "A" - Scope of Repair. Includes Transport To and
1 From Ace Equipment's Facility. 1 L.S. $40,000.00 $40,000.00
(Not To Exceed) N.T.E. TOTAL $40,000.00
COMMENTS: Above price does not include any repairs that might be necessary to the concrete surface
that the lift is anchored to. Eagle County will be advised if there are any issues once the lift is removed and
the concrete is inspected.
•
Any alteration or deviation from the above specifics will become an extra charge over and above the estimate. Units quoted from stock are offered
subject to prior sale. Prices quoted do not include any state or local taxes and such taxes (if any) shall be paid by the purchaser in
addition to the quoted price. All deposits are non - refundable. Delivery quoted is based on the date of this quotation and subject to any delay
encountered in receiving a firm order and to other factors beyond our control. Warranty on above listed material, including new machines, parts
and supplies, is limited to that as provided by the manufacturers, copies of which are available upon request. It is understood that the seller shall
not be held responsible for any accident or damage resulting directly or indirectly from the above material and /or equipment. In the event of non-
payment of all or part of the amount due to Ace Equipment, Ace Equipment shall be entitled to payment of its attorneys fees and costs incurred in
the collection process, together with interest at the rate of 18% per annum from and after the payment due date. It is expressly agreed that any
property furnished by Ace Equipment, shall be and remains personal property, and the ownership and title to same is hereby retained by Ace
Equipment, and shall not pass to the purchaser, until total charges for labor, services, materials and equipment have been paid. Fax signatures
shall operate the same as original documents. These terms are applicable to all initial and subsequent work. It is understood that there are no
verbal agreements or understandings, which in any manner conflict with the written terms of this quotation.
AUTHORIZATION
Submitted By: Lawrence G. Booco Accepted By:
Signature: Signature:
Title: President Title:
Date: March 31, 2011 Date:
+ v
Attachment "A"
Scope of Work
REFURBISH (1) ROTARY /ADVANTAGE MDL. #50/32 PARALLELOGRAM LIFT
LOCATED AT EAGLE COUNTY FLEET MAINTENANCE SHOP, GYPSUM, COLORADO
1. Disconnect and remove lift platforms from wash bay. Visually inspect concrete and
advise Eagle County of any issues. Transport lift to Ace Equipment's shop.
2. Disassemble lift platforms completely.
3. Transport bare platforms, legs and base plates to subcontractor. Platforms, legs and
base plates to be sandblasted to bare metal, primed with 90 -97 zinc primer, 1 coat of
series 66 epoxy, topcoat of series 73 urethane paint. Resurface top of platforms with
epoxy embedded anti -skid material. Transport items back to Ace Equipment's shop.
4. Disassemble, clean and re -seal hydraulic cylinders. Add prestolok fittings and•tubing
for breather ports.
5. Reassemble platforms using the following new items; leg pins, bushings, air cylinders
for locks, reed switches, home positions switches, safety tape switch assemblies
(channel, new style housing /switch), encoder belts, wiring harnesses, hubble
conduits, platform Tight assemblies, hydraulic hoses and decals.
6. Transport platforms back to Transit Facility. Re- install lift.
7. Change hydraulic oil and filter in control panel. Test all systems.
Please allow 5 to 7 weeks to complete repairs. Most parts will be ordered prior to lift
removal.
•
ROTARY LI #a
The World's Most Trusted Lift «5 ;.co rr
April 19, 2011
•
To whom it may concern:
Rotary lift uses a select distribution model for its heavy duty products. This strategy is
based upon the requirements of the heavy duty lift market. The products incorporate
electronic components which demand higher levels of technical competency. The
customers are frequently engaged in public service activities which demand a higher
level of service responsiveness and a service capacity which demands more human
resources and deeper service parts inventories. The nature of the Heavy Duty project is
also typically of a high dollar value and requires deeper credit lines and extensive
bonding capability.
Based on these industry requirements Rotary lift sets minimum annual training
requirements, insurance coverages and maximum turnaround on responses to requests
for service. This step is designed to guaranty quality assurance and service
responsiveness that many other organizations cannot provide. But the strategy does
force us to create exclusive territories for those distributors and service organizations
willing to represent Rotary lift in the most professional manner. Our heavy duty
organization is represented by an exclusive contract with a single select partner in many
regions.
We choose this structure because we can document that it produces the best possible
service experience for our very important HD customers. In your region, that partner is
Ace Equipment. They are the only Heavy Duty authorized direct distributor of Rotary
products, including the Advantage parallelogram lift, and they are also the only HD
Rotary Authorized Installer that can deliver installation or warranty services for this
region.
If there are any further questions, or if I may provide more information in regards to a
specific project, please feel free to contact me at the address provided.
Respectfully,
Doug Spiller
Heavy Duty Product Manager
Rotary Lift
A VSG Company, A Division of Dover Corporation
,°' ? ROTARY LIFT 2700 Lanier Drive P: 812.273.1622
P.O. Box 1560 F: 812.265.9500
f .ti
5 A DOVERTCOMPANY Madison, Indiana 47250 -0560 www.rotarylift.com