Loading...
12-08-2009 Fleet Service Agreements with Govern AgenciesTOWN OF AVON, COLORADO . ` 71, REGULAR COUNCIL MEETING FOR TUESDAY, DECEMBER 8, 2009 AVON MEETING BEGINS AT 5:30 PM C. a AVON TOWN HALL, ONE LAKE STREET PRESIDING OFFICIALS MAYOR RON WOLFE MAYOR PRO TEM BRIAN SIPES COUNCILORS RICHARD CARROLL, DAVE DANTAS, KRISTI FERRARO AMY PHILLIPS, ALBERT "Buz" REYNOLDS, JR. TOWN STAFF TOWN ATTORNEY: ERIC HEIL TOWN MANAGER: LARRY BROOKS TOWN CLERK: PATTY MCKENNY ALL REGULAR MEETINGS ARE OPEN TO THE PUBLIC EXCEPT EXECUTIVE SESSIONS COMMENTS FROM THE PUBLIC ARE WELCOME DURING CITIZEN AND COMMUNITY INPUT AND PUBLIC HEARINGS PLEASE VIEW AVON'S WEBSITE, HTTP: / /WWW.AVON.ORG, FOR MEETING AGENDAS AND MEETING MATERIALS AGENDAS ARE POSTED AT AVON TOWN HALL AND RECREATION CENTER, ALPINE BANK, AND AVON LIBRARY THE AVON TOWN COUNCIL MEETS ON THE SECOND AND FOURTH TUESDAYS OF EVERY MONTH 1. CALL TO ORDER AND ROLL CALL 2. INQUIRY OF THE PUBLIC FOR COMMENT AND APPROVAL OF AGENDA 3. DISCLOSURE OF POTENTIAL CONFLICT OF INTEREST 4. COMMUNITY & CITIZEN INPUT a. ESRI's Southwest Award for Best Map on Bear Sighting Map produced by GIS Analyst Jenny Koenig, Community Development Department (Sally Vecchio, Assistant Town Manager Community Development) b. Special Event Update on "Icing on the Lake" (Danita Chirichillo, Special Events Supervisor) 5. CONSENT AGENDA a. Minutes from November 24, 2009 b. Change Order 001 Elam Construction (Shane Pegram, Engineer II) Change order to adjust project quantities for the 2009 Street Improvement and Park Improvement projects to match those actually installed and add additional items required to complete the projects c. Change Order 1 - Benchmark Dam Service Spillway Improvements - Change Order with Ewing Trucking and Construction (Jeff Schneider, Project Engineer) CO to adjust quantities for construction of spillway improvements and project close -out d. Change Order 1 - Nottingham Puder Ditch Improvements - Change Order with Ewing Trucking and Construction (Jeff Schneider, Project Engineer) CO to adjust quantities for irrigation ditch improvements and project close -out e. Sale of Recreation Center's Spin Bicycles (Danita Chirichillo, Special Events Supervisor) Request approval of selling spin bikes to Southpark Recreation Center 6. NEW BUSINESS a. Intergovernmental Agreement for Animal Control Services (Brian Kozak, Police Chief) IGA for continued animal control services from Eagle County b. Nottingham Power Plant Contract with Colorado Mountain College Contract for Restoration of Avon's Waterwheel (Matt Pielsticker, Planner II) Contract to complete work on the stabilization of the power plant c. Intergovernmental Agreement between Board of County Commissioners of Eagle County acting through the Eagle County Regional Transportation Authority d /b /a ECO Transit and Town of Avon for Transit Parking Services (Jenny Strehler, Director PW &T) IGA for services from 1/1/2010 ending 12/31/2010 d. Fleet Maintenance Agreements (Jenny Strehler, Public Works & Transportation Director) Annual Fleet Service Agreements with Governmental Agencies as follows: Eagle 'River Fire Protection, District, Beaver Creek Metro District Buses, Vail Resorts Dial -A -Ride, Eagle: County Ambulance -District, Eagle River Water & Sanitation District, Beaver Creek Metro Public Works, ECO Transit, Town of Mintur*n, Western- Avon Council Meeting.09.12.08.doc Paae 2 of 3 h r n TOWN OF AVON, COLORADO REGULAR COUNCIL MEETING FOR TUESDAY, DECEMBER 8, 2009 MEETING BEGINS AT 5:30 PM AVON TOWN HALL, ONE LAKE STREET Eagle County Ambulance District, Town of Redcliff, Vail Valley Foundation, Greater Eagle Fire Protection District, ECO Hazmat Team, and the Gypsum Fire District 7. RESOLUTIONS a. Resolution No. 09 -41, Series of 2009, Resolution Approving The Final Plat And Subdivision Improvement Agreements For Buck Creek Pud, A Resubdivision Of Lots 1, 2, 3 And 4, Wildwood Resort, A Resubdivision Of Lots 5, 52a, 52b, Block 1, Benchmark At Beaver Creek, Located In Section 1, Township 5 South, Range 82 West Of The Sixth Principal Meridian, Town Of Avon, Eagle County, Colorado (Sally Vecchio, Assistant Town Manager Community Development) This resolution approves the Buck Creek PUD Final Plat and the related Phase I and II Subdivision Improvement Agreements with a condition of inclusion of a trail easement on the plat b. Resolution No 09 -42, Series of 2009, Resolution Approving a Pipeline Crossing Agreement with Union Pacific Railroad at Mile Post 308.51, Tennessee Pass Subdivision, for Construction of the Community Heat Recovery Project (Jeff Schneider, Senior Project Engineer) c. Resolution No. 09 -29, Series of 2009, Resolution Approving the Final Plat, Eagle River at Avon, A Resubdivision of Lots 1 and 2, Exemption Plat, Red House, Section 12, Township 5 South, Range 82 West of the Sixth Principal Meridian, Town of Avon, Eagle County, Colorado (Sally Vecchio, Assistant Town Manager Community Development) / Resolution tabled at November 10, 2009 Meeting d. Resolution No. 09 -30, Series of 2009, Resolution Approving a Second Supplemental Water Lease Agreement With The Upper Eagle River Water Authority (Shane Pegram, Engineer II) This agreement increases the total SFE's that the Authority will service to the Town by 15 SFE's to account for the Red House development / Resolution Tabled at November 10, 2009 Meeting 8. ORDINANCES a. Public Hearing on Ordinance No. 09 -19, Series of 2009, Second Reading, An Ordinance Approving a Landscape Construction and Maintenance Easement Agreement between the Town and Vail Associates, Inc. (Shane Pegram, Engineer 11) This easement agreement is part of the Development Agreement with Vail Associates, Inc. for the Red House Property b. Ordinance No. 09 -20, Series of 2009, First Reading, Ordinance Approving and Accepting Mountain Star Conservation Easement (Eric Heil, Town Attorney) Review modifications of existing conservation easement so that easement is applied to open space areas but not to Tract AA which was dedicated to the Town for municipal purposes. 9. TOWN MANAGER REPORT 10. TOWN ATTORNEY REPORT 11. MAYOR REPORT 12. ADJOURNMENT FUTURE AGENDA DATES & PROPOSED TOPICS: December 22 d . Meeting Cancelled Avon Council Meeting.09.12.08.doc Page 3 of 3 5 SERVICE AGREEMENT This agreement is made and entered into this 9 t4, ' day of 'ZUtPL&,t 2009 by and between Eagle River Fire Protection District whose address is P.O. Box 7980, Avon Colorado, 81620 (hereafter know as "ERFPD ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of EFRPD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the EFRPD vehicles and equipment. Service will be performed on approximately 36 vehicles and equipment listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in EFRPD's sole discretion; provided the combined number of vehicles and equipment shall not exceed 75 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by EFRPD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless EFRPD has approved of such charges. Services may be commenced with verbal approval by EFRPD if a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. EFRPD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, EFRPD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10` of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by EFRPD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by EFRPD. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by EFRPD to its employees. Contractor shall provide EFRPD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of EFRPD, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub - contractor of EFRPD. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this ZL day of rvo 2009. Eagle R' a rotection District By: EXECUTED this g - day of G..M , 2009...._ TOWN VON By: EXHIBIT A 51 "A" PM Preventive Maintenance Inspection FREQUENCY 3,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual' every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 04, 2010. EQUIPMENT EQ DESCRIPTION SERIAL NUMBER 131T 1998 HAULMARK K714BT -WT 16HPB1424WU011442 124 2002 FORD F -550 1 FDAX57F82EC50563 136 2007 FORD F -550 1 FDAX57P87EB47966 113 1999 FORD F450 /PIERC 1 FDXF47F3XEB37439 1720 1993 FORD EXPLORE 1 FMDU34XOPUA46280 125 1998 PIERCE FL112 -TANK 1FV6TMDB6XHA41448 140 2008 CHEVROLET Malibu 1G1ZJ57B28F195948 127 1998 CHEVROLET 3500 4DR 1GBHK33F1WF062189 145 2008 CHEVROLET K2500 HD 1GCHK29608E176691 129 2003 CHEVROLET 2500HD 1GCHK29U33E308690 135 2007 CHEVROLET K2500 HD 1GCHK39D07E176757 123 1998 CHEVROLET BLAZER 1 GNDT13WXWK224749 128 2003 CHEVROLET TAHOE 1 GNEK13Z73J319076 134 2007 CHEVROLET TAHOE 1GNFK13037R223541 137 2007 CHEVROLET TAHOE 1GNFK130X7J401864 143 2008 CHEVROLET TAHOE 1 GNFK130X8R202218 142 2008 CHEVROLET TAHOE 1 GNFK130X8R204020 121 1993 CHEVROLET 1GNGK26K2PJ367152 SUBURBAN 1520 1996 INTERNATIO 4900 1 HTSEAANlVH402101 112 1988 PIERCE DASH -2DR. 1 P9CT01 D2JA040331 132 2005 CHEVROLET EQUINOX 2CNDL23F456099517 144 2008 CHEVROLET EQUINOX 2CNDL63F286280384 141 2008 CHEVROLET 3GNGK26K08G215700 SUBURBAN 139 2007 PIERCE DASH 4P1CD01H07A007516 133 2006 PIERCE DASH 4P1CD01H76A005812 138 2007 PIERCE DASH 4PICD01H97A007515 131 2003 PIERCE QUANTUM 4P1 CT02HX3A003274 119 2001 PIERCE QUANTUM 4P1CT02S61AO01708 111 2000 PIERCE QUANTUM 4P1CTO2SOYA000936 110 2000 PIERCE QUANTUM 4P1CT02S9YA000935 146 2008 PIERCE QUANTUM 4P1CU01HX8A008545 132T 2008 PJ DECKOVER TILT 4P5T8222X81121016 1512 1985 PIERCE DASH E -2693 SERVICE AGREEMENT g I day of � 2009 by and between This ag � .1c and ent ered Into this � Beaver Creek Mci �olitan District whose address is P.O. Box 2560, Edwards Colorado, 81632 (hereafter know - ) ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Ave:: olorado. 81620 (hereafter designated as "Contractor "). In consideration ..c obligation of BCMD to pay the Contractor as herein provided and in consideration of ther terms and conditions hereof, the parties agree as follows: 1. Contractor �. ices: Contractor will, during the term of this Agreement, provide the following ser. (collectively the "Services "): (a) Routine tcnancc and preventive maintenance ( "Routine Maintenance ") of the BCMD and equipment. Service will be performed on approximately 20 transit buses list Exhibit A, although the number of vehicles serviced may be increased or decreases. ;C'MD's sole discretion; provided, the combined number of vehicles and equipmcl.. :11 not exceed 75 without the approval of Contractor. Routine Maintenance will be p, med at least every 3,000 miles or 250 hours of use. Routine Maintenance shall con: those services outlined in Exhibit A attached hereto. (b) Repair al )lacement \pork as requested by BCMD ( "Repair and Replacement "). No payment JIV IZepair and Replacement shall be due unless BCMD has approved of such cila: Services may be commenced with verbal approval by BCMD of a written estimatee ittcd by Contractor. Repair and Replacement includes, without limitation, transmis� repairs. engine repairs, rear end repairs and any other work or repairs exceedin; 000.00. BCMD acknowledges that subcontractors will perform certain repair w c. orttractor shall be responsible for assuring that all such subcontracted work will be 1 ,med promptly and in accordance with the terms and conditions of this Agreem- 2. Facilities: C or represents that its facilities are in good repair and adequately equipped and that it h,t l'ticient staiTto perform all work in a timely manner. 3. Co npensatit n Consideration ot'Contractor's services during the term of this Agreement. BCMD will contractor the shop rate of 5 ,105.00 per hour for Routine Maintenance and Repair and P Cment. Materials and sublet work shall be charged at cost plus ten percent. Invoice steal: AlCd by the 10 "' of each month 1br services performed the previous month. Payment sh,, remittal wlthln ten (10) days of receipt of invoice. Contractor's Fueling Facilities rn:. b% BCMD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contract . ost plus ten percent. Contractor's vehicle washing facility may be used by BCMD. C'ou OA for current \\ ash rates. S T COPY 4. Terins and terminate oi; and obligati. Agreement breach with: without cau 5. Relationship contracting by any third venture bet%\ or contribut unemploym, made avail i' its Form W I :iination: This Agreement will be effective as of October 1, 2009 and will ember 30, 2010 unless either party fails to substantially perform the duties accordance herewith. In such an event, the other party may terminate this seven (7) days written notice to that party, unless that party cures the ,even (7) day remedy period. Either party may terminate this Agreement n thirty (30) days written notice. ul Taxes: The relationship between the parties is that of independent and Nothing herein shall be deemed or construed by the parties hereto or :is creaiing it relationship of principal and agent or partnership, or of a joint lie Parties. Contractor shall be solely responsible for any tax, withholding ied by the Federal Social Security Act. Contractor is not entitled to MiPensation or other employment related benefits, which are otherwise L3CMD to its eniployees. Contractor shall provide BCMD an original of ;uc,t for Taxpa%cr Identification Number of Certification). 6. Warranty: r „ctor ,hall perform all Services in a prompt, efficient and workmanlike manner. Co OF shall promptly correct any defective work. This warranty shall be in lieu of all other :rtics, express or implied. Contractor's sole liability hereunder, whether in tort or in coi ts expressly limited to the warranty provided for herein. 7. Assignment: :itractor's duties licreunder requires particular expertise and skills, and may not be assig. i ::ny third party \% ithout the expressed written consent of BCMD, and any attempt to render this :agreement null and void and no effect as respects the assignee (s) ll coil , Mite a,i cv ent of default by Contractor. 8. Waiver: Fa ,k, insist upon strict compliance with any terms, covenants, and/ or conditions l: hall not be deemed a waiver of such term, covenant, or condition, nor shall any wi, r relinquishment of any right or power hereunder at any time or more times be deemed a _r or reiinquishmcnt of such right or power at any other time or times. 9. Benefit: Ti ,,s. Provisions, and covenants contained in this Agreement shall apply to, inure to the it of and be biiiding upon the parties hereto and their respective heirs, success()rs rest. ;ind legal representatives except as otherwise herein expressly provided. 10. Situs and S. ;',ility: file laws of the State of Colorado shall govern the interpretation, validity, Pe, :.,,:e ZIA enforcement of this Agreement. If any provision of this Agreement s held to be ins all or unenforceable, the validity and enforceability of the remaining p, :i, of this Agreenicnt shall not be affected thereby. 11. Modificatio::: iiis Agreement contains the entire agreement between the parties, and no agreement e('tcctive to cha,,,e, modify, or terminate in whole or in part unless such agreement is . itiu`z .uZd duly :,;�ned by the party against whom enforcement of such change, moc n, ur terminatiui, is Sought. BEST COPY 12. Non- Liabilit fo »n for Indirect or Consequential Damages or Lost Profits: Parties agree that th. :::actor shall not be liable for any indirect or consequential damages which may arise fr( breach of this Scrviee Agreement by Contractor or which may arise by the Contracts reach of warranty. 13. No Waiver i)Nernmental Immunity: Nothing in this Agreement shall be construed to waive, limit, modify any governmental immunity that may be available by law to the Contr. its officials, employees, contractors, or agents, or any other person acting on behalf of ontractor and, in particular, governmental immunity afforded or available pursuant to ill& Governmental Immunity Act, Title 24, Article 10, Part I of the Colorado Rc statutes. 14. No Third 1 ':irneiiciaries: 'Nothing contained in this Agreement is intended to or shall create a cons ;d relationship with, cause of action in favor of, or claim for relief for, any third party, i. :ig and agent, sub - consultant or sub - contractor of BCMD. Absolutely no third party b. .. are intended by this Agreement. Any third -party receiving a benefit from this AL, .:.t is ati incidental and unintended beneficiary only. 4 EXECU� „s .1 _day of _ , 2009. Beaver ( Metropolitan Distric - By: - - 0 V — EXECU ) ii. day of 2009. B y' - - - -' - -- ' S _. EXHIBIT A WORK FREQUENCY RATE "A" PM 3,000 miles or $105.00 hr. Preventive Maintenanc 250 hours Plus parts & Inspection sublet "Annual' every 12months $105.00 hr. Preventive Maintenanc Plus parts & Inspection sublet NOTE: Included as a p. of :_xhibit A is the vehicle listing applicable to this agreement as of August 11, 2009. — VIN 1. Pax I Manufacturer I Equipment Type Owner Unit 1 N93623476A14C �7 50 Optima Bus Beaver Creek 997 1 N93623456A14C 6 50 Optima Bus Beaver Creek 996 1Z9B5BSS54W21 '5: 51 Optima Bus Beaver Creek 852 1Z9B5BSS34W21 '5 51 Optima Bus Beaver Creek 851 15GCD2018T108 'J ; 60 • Gillig Bus Beaver Creek 848 15GCD201XT108 97 60 Gillig Bus Beaver Creek 844 15GCD2010T108 1. GO Gillig Bus Beaver Creek 839 1GBJ5V1GX7F41 35 Star Craft Body On Chassis Beaver Creek 793 1GBJ5V1G27F41 35 Star Craft Body On Chassis Beaver Creek 762 1Z9B7DTS16W21 50 Optima Bus Beaver Creek 760 1Z9B7DTS56W21 L 50 Optima Bus Beaver Creek 759 1Z9B6DTS05W21 , : 50 Optima Bus Beaver Creek 649 1Z9B6DTS95W21 50 Optima Bus Beaver Creek 648 1 Z9B6DTS75W2 -; .- 50 Optima Bus Beaver Creek 647 1Z986DTS55W21 ;4 50 Optima Bus Beaver Creek 646 1 GBJ5V1 EX5F50: :3 34 Terra Transit Body On Chassis Beaver Creek 564 1GBJ5V1E75F50. 34 Terra Transit Body On Chassis Beaver Creek 555 1GBJ5V1E15F50: 34 Terra Transit Body On Chassis Beaver Creek 544 15GGD271X8107 70 Gillig Bus Beaver Creek 960 15GGD27118107 70 Gillig Bus Beaver Creek 961 BEST COPY SERVICE AGREEMENT This agreement is ade and entered into this 1 day of , 009 by and between Vail Associates Ir. a Colorado corporation whose address is P.O. Box 7, Vail Colorado, 81658 (hereafter know a� VAI ") and the Town of'Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avor. Colorado.. 81620 (hereafter designated as "Contractor ").. In consideration the obligation of VAI to pay the Contractor as herein provided and in consideration of'tl : other terms and conditions hereof', the parties agree as fbllows: 1. Contractor S: rN ices: Contractor will, during the term of this Agreement, provide the following sere . .:s (collectively the "Services "): (a) Routine nr. :rtenance and preventive maintenance ( "Routine Maintenance ") of the Beaver Creek Re,, Company buses, which are operated by VAI. Service will be performed on approxima.. iy 47 bUSes or' other- vehicles listed in Exhibit A, although the number of vehicles sc: % iced may be increased or decreased in VAI's sole discretion; provided, the combined : Amber of 1 ehicles and equipment shall not exceed 75 without the approval of Contractor Routine :Maintenance will be performed at least every 3,000 miles or' 250 hours of a .: Routin<_ L%Iaintenance shall consist of those services outlined in Exhibit A attached h% ._to. (b) Repair an; l eplaceinem work as requested by VAI ("Repair and Replacement ") No payment 1: any Repair and Replacement shall be due unless VAT has approved of' such charges. � \ ices may be commenced with verbal approval by VAI of a written estimate submitted y Contractor. Repair and Replacement includes, without limitation, transmissi: :; repairs, engine repairs, rear end repairs and any other- work or repairs exceeding -,000.00 VAI acknowledges that subcontractors will perform certain repair - work.. Co, actor shall be responsible for assuring that all such subcontracted work will be perfon _,1 promptly and in accordance with the terms and conditions of this Agreemen 2. Facilities: Cc tractor represents that its facilities are in good repair and adequately equipped and that it has sufficient staff to perform all work in a timely manner. Conrpensatio:. In consideration of'Contractor•'s services during the terns of'this Agreement, VAI will pad ontractor the shop rate of S105.00 per hour for .Routine Maintenance and Repair and Rc cement Materials and sublet work shall be charged at cost plus ten percent. Invoice shall 1 ssued by the 10 "' of each month for services performed the previous month. Payment shat: remitted within ten (10) days of receipt of invoice., Contractor's Fueling Facilities mad used b VAI The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's � t plus ter percent Contractor's vehicle washing facility may be used by VAI. Contact fbrr current , ,wash rates. B EST COPY 4. Terms and '1 .. : This Agreement will be effective as of October 1, 2009 and will terminate on :• : 30, 2010 unless either party fails to substantially perform the duties and obligatio,: n accorel race herewith. In such an event, the other- party may terminate this Agreement ui seven (7) days �Nritten notice to that party, unless that party cures the breach within seN-en (7) day remedy period. Either party may terminate this Agreement without cause .)n thirty (3 0) da_} s written notice 5. Relationships "rid faxes: The relationship between the parties is that of independent contracting P< :Cs, and nothing herein shall be deemed or construed by the parties hereto or by any third l': y as creating a relationship of principal and agent or partnership, or of a joint venture betw� the par Contractor shall be solely responsible for any tax, withholding or• contributi( levied b the Federal Social Security Act. Contractor' is not entitled to unemploymer _ompensation or other employment related benefits, which are otherwise made mailaL )y VAI to its employees. Contractor• shall provide VAI an original of its Form W -9 (R _ est for• Taxpayer Identification Number of'Certification). 6. Warr -anty: f :tractor small perform all Services in a prompt, efficient and workmanlike manner Cont - tor• shall promptly correct any defective work. This warranty shall be in lieu of all other \\ : antics, express or implied. Contractor's sole liability hereunder, whether in tort or in contr t, is expressly limited to the warranty provided for herein. 7. Assignment: )tractor's duties hereunder requires particular expertise and skills, and may not be assign to any tirird party without the expressed written consent of VAI, and any attempt to dt. shall render this Agreement null and void and no effect as respects the assignee (s) <!: hall constitute an cNent ofdefault by Contractor.. 8. Waiver: Fa; ! to insist trlxm strict compliance with any terms, covenants, and/ or conditions hc: shalt nit be deemed a waiver of such term, covenant, or condition, nor shall any wai or relinquisl;ment of any right or power hereunder at any time or more times be deemed a er or relinquishment of such right or power at any other time or times. 9. Benefit: Th;.. Ans, pro\ isions, and covenants contained in this Agreement shall apply to, inure to the :;fit of und be binding upon the parties hereto and their respective heirs, successors i; ;terest., and representatives except as otherwise herein expressly provided. 10. Situs and SL : - 1 lie km of the State of Colorado shall govern the interpretation, validity, per: urnce au;.i enforcement of this Agreement. If any provision of this Agreement sl be held tO be invalid or unenforceable, the validity and enforceability of the remaining pr( ions oi'tl,is \ < ;rccmcnt shall not be affected thereby. 11. Modiflcatioi:: 1 - his Agu cement contains the entire agreement between the parties, and no agreement sl: )e effective to change, modify, or terminate in whole or• in part unless such agreement is wittin`' < ;id duly signed by the party against whom enforcement of such change, mod: i1011., of ri'Iminaiion is sought. J BEST 12. Non- Liabilit,. Town for Indic °ect or Consequential Damages or Lost Pr ofits: Parties agree that the �ntractor shrill not be liable for any indirect or consequential damages which may arise frc: uiy breach of this Service Agreement by Contractor or which may arise by the Contractc.. ")reach of "arrant} 13. No Waiver c; :aver Immunity: Nothing in this Agreement shall be construed to wai� limit. aher��Ise modify any governmental immunity that may be available by law to the Contra: its officials, employees, contractors, or agents, or any other person acting on behalf' of : Contractor and, in particular, governmental immunity afforded or available pursuant to t v Colorado Governmental Immunity Act, Title 24, Article 10, Part I of the Colorado Re% :1 Statutes 14. No Third P.::• Beneficiaries: Nothing contained in this Agreement is intended to or shall create a con!: ial relationship " ith, cause of action in favor of', or claim for relief for, any third party, i :ding ar,\ sub- consultant or sub- contractor of VAI Absolutely no third party b: ciaries }; intended by this Agreement. Any third -party receiving a benefit froru this A` lent is n ::incidental and unintended beneficiary onI,y. EXECUT this day of' .......... . , 2009. Vail A ss ,,: Appro Vi Reso . aY: .�—. By' Aadrew M. Hensler t1a�e: EXECU 1 this _day c 9.. TOWN C- 1 VQ ' By r ST COPY EXHIBIT A WORK FREQUENCY RATE A' PM 3,000 miles or $105 00 hr. Preventive Maintenanc 250 hours Plus parts & Inspection Van sublet Annual' eery 12months $105 00 hr, Preventive Maintenanc Body On Chassis Plus parts & Inspection 3 sublet NOTE: Included as a r: : Exhibit A is tie vehicle listing applicable to this agreement as of Seatember21, 2009, VIN Pax Manufacturer I Equipment Type ( Owner Unit 1 FDSE35L78DA0 3 13 Turtle Top Van Bachelor Gulch 889 1 FDXE40S2WHB. 36 20 Terra Transit Body On Chassis Arrowhead 896 1 FDSE35L58DA0 : 3 13 "furile Top Van Bachelor Gulch 888 1 FDSE35L38DA0 7 13 Turtle Top Van Bachelor Gulch 887 1 FDXE45S28DA0. 3 18 Federal Coach Body On Chassis Bachelor Gulch 853 1 FDXE45398DA1 r1 18 Federal Coach Body On Chassis Beaver Creek 851 1 FDXE45S28DA0: 1 18 Federal Coach Body On Chassis Beaver Creek 821 1 FDXE45S08DA& 20 18 Federal Coach Body On Chassis Beaver Creek 820 1 FDXE45S28DAC 8 18 Federal Coach Body On Chassis Beaver Creek 818 1 FDXE45506DAS 7 19 Federal Coach Body On Chassis Beaver Creek 747 1 FDXE45566DAS' 3 18 Federal Coach Body On Chassis Bachelor Gulch 738 1 FDXE45S46DAi 7 18 Federal Coach Body On Chassis Bachelor Gulch 737 1 FDSE35LX6DA:' 3 13 '?'L;rtl- 'Top Van Bachelor Gulch 733 1 FDXE45S36DA 5 19 Federal Coach Body On Chassis Beaver Creek 715 1 FDXE45S16DA: 4 19 Federal Coach Body On Chassis Beaver Creek 714 1 FDXE45S86DA= 3 19 Federal Coach Body On Chassis Beaver Creek 713 1 FDSE35L35HB .-: 1 13 Turtle Top Van Beaver Creek 694 1 FDXE45SMHA'.' '8 20 Terra Transit Body On Chassis Bachelor Gulch 608 1 FDXE45S66HA2 7 20 Terra Transit Body On Chassis Beaver Creek 607 1 FDXE45546HA< 3 20 Terra Transit Body On Chassis Beaver Creek 606 1 FDXE45S26HA<. 5 20 '1" >rra Transit Body On Chassis Beaver Creek 605 1 FDXE45S06HA'' 4 20 Terra Transit Body On Chassis Bachelor Gulch 604 1 FDSE35L14HA : 1 13 " urtle -, . - op Van Bachelor Gulch 561 1 FDSE35L14HA 3 13 Tutrtla Top Van Beaver Creek 558 1 FDXE45S34HA ` 3 18 Terra Transit Body On Chassis Bachelor Gulch 536 1 FDXE45S14HA = 5 18 Terra Transit Body On Chassis Beaver Creek 535 1 FDXE45SX4HA ' 4 18 Terra 1 "ransit Body On Chassis Beaver Creek 534 1FDXE45S84HA' 3 18 Terra Transit Body On Chassis Beaver Creek 533 1 FDSE35L04HA.• ) 13 T urtie Top Van Bachelor Gulch 520 1FDSE35L44HA:. ) 13 - TArt•.eTop Van Bachelor Gulch 519 1 FDSE35L43HB 3 13 ,:rtie sop Van Beaver Creek 495 BEST COPY 1 FDXE45S03HB: 3 20 Terra Transit Body On Chassis Bachelor Gulch 408 1 FDXE45S32HB1 2 20 Terra Transit Body On Chassis Beaver Creek 392 1 FDXE45M62HB; 3 17 Terra Transit Body On Chassis Beaver Creek 303 1 FDXE45S71 HB ' 0 20 Terra Transit Body On Chassis Beaver Creek 290 3GNFK16T71 G1-2. 3 5 Che iy Suburban Beaver Creek 112 Rental 20 Body On Chassis Arrowhead Rental 20 Body On Chassis Arrowhead Rental 20 Body On Chassis Bachelor Gulch Pending 20 Federal Coach Body On Chassis Beaver Creek Pending 20 Federal Coach Body On Chassis Beaver Creek Pending 13 Turtle "Cop Van Beaver Creek Pending 13 Turtle Top Van Beaver Creek Pending 13 Tur tie Top Van Beaver Creek Pending 20 Federal Coach Body On Chassis Bachelor Gulch Pending 20 Federal Coach Body On Chassis Bachelor Gulch Pending 20 Federal Coach Body On Chassis Bachelor Gulch SERVICE AGREEMENT This agreement is made and entered into this_ day of YQ , 2009 by and between Eagle County Ambulance District whose address is P.O. Box 990, Edwards, Colorado (hereafter know as "ECAD ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of ECAD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the ECAD vehicles and equipment. Service will be perfonned on approximately 12 vehicles listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in ECAD's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 24 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by ECAD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless ECAD has approved of such charges. Services may be commenced with verbal approval by ECAD of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. ECAD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, ECAD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10 "' of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by ECAD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by ECAD. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by ECAD to its employees. Contractor shall provide ECAD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of ECAD, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub- contractor of ECAD. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this day of �c.Cc.l�'CS?� 2009. TOWN AV N f S r; By: t j EXHIBIT A WORK "A" PM Preventive Maintenance Inspection FREQUENCY 3,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 4, 2009. EQUIPMENT EQ DESCRIPTION SERIAL NUMBER CLASS 780A 2003 FORD E350 1FDWE35F33HB42189 AMB 785A 2003 FORD E350 1FDWE35F53HA60870 AMB 782A 2001 FORD E350 1FDWE35F61HA57750 AMB 784a 2000 FORD E350 1FDWE35F7YHA29756 AMB 783A 2002 FORD E450 1FDWE35F82HA21091 AMB 786A 2005 FORD E350 1FDWE35P06HA92445 AMB 781A 2004 FORD E350 1FDWE35P15HAl2813 AMB 784A 2007 FORD E350 1FDWE35P27DA96425 AMB 782A 2007 FORD E350 1FDWE35P27DB07679 AMB 783A 2007 FORD E350 1FDWE35P77DB00744 AMB SRK 1996 FORD EXPLORER 1FMDU34X7TZB32571 L4UP 777A 2006 FORD EXPLORER 1FMEU73876UB19732 L4U 779A 2009 FORD EXPLORER 1FMEU73879UA07551 L4U 776A 2007 FORD EXPEDITION 1FMFU16597LA79101 L4U 779A 2001 FORD EXPEDITION 1FMPU16L81LA86924 L4U 778A 2001 FORD EXPEDITION 1FMPU16LXlLA86925 L4U LYN 1998 FORD EXPLORER 1FMZU34EOWZA99891 L4U SERVICE AGREEMENT This agreement is made and entered into this day o 2009 by and between Eagle River Water & Sanitation District whose address is 846 Forest Road, Vail Colorado, 81657 (hereafter know as "ERW &SD ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of ERW &SD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the ERW &SD vehicles and equipment. Service will be performed on approximately 68 vehicles and 22 pieces of equipment listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in ERW &SD's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 100 without the approval of Contractor. Routine Maintenance will be performed at least every 6,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by ERW &SD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless ERW &SD has approved of such charges. Services may be commenced with verbal approval by ERW &SD of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. ERW &SD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, ERW &SD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10` of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by ERW &SD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by ERW &SD. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may tenninate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by ERW &SD to its employees. Contractor shall provide ERW &SD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of ERW &SD, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub - contractor of ERW &SD. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this 6 *� day o ) 2009. Eagle Rive Sanitati istrict By: EXECUTED this 0 day O l 2009. TOWN A N By: A)� C-' EXHIBIT A WORK FREQUENCY RATE "A" PM 6,000 miles or $105.00 hr. Preventive Maintenance 250 hours Plus parts & Inspection sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 5, 2009. EQUIPMENT MASTER LIST BY SERIAL NUMBER EQUIPMEN EQ DESCRIPTION SERIAL NUMBER CLASS T WGEN3 2000 GEN GEN 060597378933 DOWD JU GEN WPUMPI 2003 Pioneer 6" PUMP 1 HWP 7W 1999 MQ,KOMATSU PORT 1338419 (GENERATOR) GEN GEN WGEN2 2000 GEN GEN 1338420 AVON WW ODOR GEN 605W 1999 BROCK 6" PUMP 1B9CPO811WB276150 HMSC 600W 1986 HMD 2W 6" PUMP 1D44293C0 HMSC 330W 1999 FORD FLUSHER4X4 1FDAF57F7XEA46122 HJT 205W 2002 FORD UTILITY 1FDSF31S42EC96716 H4U 145W 1993 FORD L9000 1FDYU90X2PVA00440 HTT 150W 1995 FORD L9000 1FDYU90X7SVA75806 HTD 265W 1991 FORD DUMP TRUCK 1FDYW82A1MVA21708 HTD 270W 1990 FORD L8000 DUMP 1FDYW82A9LVA37900 HTD 215w 1997 VACTOR /FOR JET 1FDZW96M9WVA08688 HJT TRUCK 170W 2006 FORD ESCAPE HYB 1FMY96HX6KD37017 L4P 305w 1997 CHEVROLET 1GBGK24R3VZ253740 H4U UT. PLOW4X4 310W 1997 CHEVROLET 1GBGK24R6VZ254252 L4U UTILITY4X4 315W 1997 CHEVROLET 1GBGK24R7VZ254387 L4U UTI LITY4X4 85w 2009 CHEVROLET 2500HD lgbhk29k28el76841 L4UP 90w 2008 CHEVROLET K2500 1GBHK29K68E177202 L4U HD 80W 2008 CHEVROLET K2500 1GBHK29K98E176559 L4U HD 105W 2002 CHEVROLET UTILITY 1GBJK34182E159491 H4U 240w 1995 CHEVROLET S -10 1GCDT14Z1S8250522 L4P TRUCK 255W 2009 CHEVROLET 1GCDT19E098144241 L4P Colorado 50w 2008 CHEVROLET 1GCDT19E188183547 L4P Colorado 290W 2009 CHEVROLET 1GCDT19E198144250 L4P Colorado 65W 2007 CHEVROLET 1GCDT19E278242314 L4P Colorado 240W 2009 CHEVROLET 1GCDT19E498144503 L4P Colorado 275W 2009 CHEVROLET 1GCDT19E598144591 L4P Colorado 305W 2009 CHEVROLET 1GCDT19E898143970 L4P Colorado 35W 2003 CHEVROLET PICKUP 1GCEK14TO3Z288886 L4P 165W 2009 CHEVROLET 1500 1GCEK19039Z183380 L4P 15W 2005 CHEVROLET 1500 1GCEK19Z05Z252891 L4P 180w 1995 CHEVROLET UTILITY 1GCFK24K2SZ282068 H4U 140w 1995 CHEVROLET UTILITY 1GCFK24K7SZ281272 H4U 130w 1995 CHEVROLET UTILITY 1GCFK24K7SZ281918 H4U 250W 1994 CHEVROLET 1GCFK24K8RE230185 L4U 3 /4UTILITY 210W 1991 CHEVROLET UTILITY 1GCFK24K9ME214554 H4U 155W 2008 CHEVROLET 2500HD 1GCHK24K98E208039 H4U 280W 2003 CHEVROLET 1GCHK24U43E264156 H4U UT.PLOW4X4 340W 2003 CHEVROLET 1GCHK24U43E266117 H4U UTILITY4X4 175w 2008 CHEVROLET 2500HD 1GCHK29K48E210483 H4U 235w 2008 CHEVROLET 2500HD lgchk29k58e212467 H4U 180w 2008 CHEVROLET 2500HD 1GCHK29K88E210292 H4U 120W 2003 CHEVROLET UTILITY 1GCHK29U43E268068 H4U 200w 2003 CHEVROLET UTILITY 1GCHK29U73E264791 H4U 200W 2009 CHEVROLET 2500HD 1GCHK44K79F138774 H4PP 320W 2009 CHEVROLET 1GCHK49K19E135755 H4U UTILITY4X4 210W 2009 CHEVROLET UTILITY 1GCHK49KX9E135592 H4U 320W 1999 CHEVROLET 1GCK24U5XE241910 H4U UTILITY4X4 295W 1996 GMC 3 /4UTIL4X4 1GDGK24R1TZ530955 H4U 285w 1996 GMC UT.PLOW4X4 1GDGK24R4TZ530948 H4U 285W 1996 GMC UT.PLOW4X4 1GDGK24R4TZ530948 H4U 350W 2000 GMC 3 /4UTIL4X4 1GDGK24UlYZ292004 H4U 360W 2000 GMC 3 /4UTIL4X4 1GDGK24UXYE335066 H4U 300w 2006 GMC K2500 1GDHK29G86E249341 H4U 140w 2006 GMC K3500 1GDHK39G86E267313 H4P1 45W 2008 CHEVROLET 1GNDT13S482209132 L4U Trailblazer 40W 1999 CHEVROLET 5 -10 1GNDT13W2XK200768 L4U BLAZE 30w 1999 CHEVROLET 5 -10 1GNDT13W8XK199917 L4U BLAZE 260W 2001 GMC TV VAN 4X4 1GTHG39G61162064 LV 395w 2007 GMC 2500HD 1GTHK23U26F266102 H41P 400W 2009 INTERNATIO Work 1HSWYSJT9A3240660 HTT Star 215w 2008 INTERNATIO Work 1HTWXAHTX9J116052 HJT Star 410W 1999 ONAN GENERATOR 1S9AP1127XC241267 HMSC 415W 1999 ONAN GENERATOR 1S9HP1422XC241266 HMSC 125W 1999 STERLING DUMP 2FZNEWDB7YAF21809 HTD TRUCK 135W 1999 STERLING DUMP 2FZNNWDB4XAF06621 HTD TRUCK 610W 2000 TRVL -VAC VLV BOX 30000136 HMSC CL 401W 1999 MULTI -QUIP 4AG6U2034XCO28313 HTT GENERATOR 405W 1999 MULTI -QUIP 4AG6U2036XCO28314 HMSC GENERATOR 55W 2001 TOYOTA CAMRY 4T1BF22KllU127136 L2A 5W 1997 TOYOTA CAMRY 4T1BF22K2VUO32588 L2A 20W 2000 TOYOTA CAMRY 4T1BF22K3YU105455 L2A 25W 2001 TOYOTA CAMRY 4T1BF22K6IU967820 L2A low 2005 TOYOTA CAMRY 4T1BF30K95U097673 L2A 60W 2004 TOYOTA CAMRY 4T1BF32K94U073403 L2A 75W 2003 TOYOTA CAMRY 4T1BF32KX3U045544 L2A 30w 2008 TOYOTA CAMRY 4T1BK46K18U560368 L2A 185W 2009 TOYOTA CAMRY 4T1BK46K49U097014 L2A 120W 2009 TOYOTA CAMRY 4T1BK46K69U596588 L2A 185W 1996 TOYOTA PICKUP 4TAPM62N1TZ176193 L4P 220W 2000 TOYOTA TRUCK 4X4 4TAPM62N3YZ662933 L4P 300w 1997 TOYOTA TRUCK 4X4 4TAPM6ZNXVZ314283 L4P 235W 1997 TOYOTA TRUCK 4X4 4TAWN72N5VZ307983 L4P 1TOW 2001 TOYOTA PICKUP 5TEPM62NO1Z816352 L4P 115W 2002 TOYOTA PICKUP 5TEPM62N12Z069796 L4P 195W 2003 TOYOTA PICKUP 5TEPM62N13Z253511 L4P 190W 2003 TOYOTA PICKUP 5TEPM62N53Z250935 L4P 165w 2002 TOYOTA PICKUP 5TEPM62N72Z085422 L4P 225W 2003 TOYOTA TRUCK 4X4 STEPM62N73Z251746 L4P 155W 2001 TOYOTA PICKUP 5TEPM62NO1Z820580 L4P 100w 2006 TOYOTA PICKUP 5TEPX42N76Z288733 L4P 100w2 2000 TOYOTA PICKUP 5TEPX42N76Z288733 L4P 95W 2008 TOYOTA TRUCK 4X4 5TEPX42N88Z565716 L4U 100w 2008 TOYOTA Tacoma STEPX42NX8Z556936 L4P 130W 2008 TOYOTA Tacoma 5TEUX42N48Z581866 L4P 230W 2003 TOYOTA TRUCK 4X4 5TEWM72N63Z242148 L4P 245W 2003 TOYOTA TRUCK 4X4 5TEWM72NX3Z243416 L4P WGEN4 2000 GEN GEN 602610 EDWARDS WWP GEN WGEN1 2000 GEN GEN 86879 AVON WW PLANT GEN 611W 1999 TRVL -VAC VLV BOX 99 -111 HMSC CL 8W 1999 ONAN /CUMNS PORT D990898877 GEN GEN 9W 1999 ONAN /CUMNS PORT D990899518 GEN GEN WGEN6 2000 GEN GEN D990901995 AVON DRIN GEN 430W 1990 JOHN DEERE 624E DW624ED530950 HL 425W 1998 JOHN DEERE 624H DW624HX565220 HL WGEN7 2000 GEN GEN E020369566 EDWARDS D GEN ERWSD 2001 1 1 EAGLE RIVER WATER MSC MSC11 2001 1 1 EAGLE RIVER WATER MSC 50w 1996 TOYOTA 4 RUNNER JT3HN86R2T0016511 L4U 160W 2007 TOYOTA CAMRY JTNBK46K273004865 L2A 450W 2000 JOHN DEERE FIELD KV0260A261613 HL OPS WGENS 2000 GEN GEN LD -95351 VAIL WWP GEN 435W 1997 JOHN DEERE 8875 M08875X030602 HL 420W 2000 TOYOTA Fork Lift 440w 1996 JOHN DEERE 710D 440W 2007 JOHN DEERE 710J 445W 1993JENZ SHREDDER N/A FL T0710D1822727 HB T0710JX147089 HB V174934 HMSC SERVICE AGREEMENT This agreement is made and entered into this day of LXUAR � , 009 by and between Eagle River Water & Sanitation District whose address is 846 Forest Road, Vail Colorado, 81657 (hereafter know as "ERW &SD ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of ERW &SD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the ERW &SD vehicles and equipment. Service will be performed on approximately 68 vehicles and 22 pieces of equipment listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in ERW &SD's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 100 without the approval of Contractor. Routine Maintenance will be performed at least every 6,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by ERW &SD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless ERW &SD has approved of such charges. Services may be commenced with verbal approval by ERW &SD of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. ERW &SD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, ERW &SD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10 "' of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by ERW &SD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by ERW &SD. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by ERW &SD to its employees. Contractor shall provide ERW &SD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of ERW &SD, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub - contractor of ERW &SD. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED thisc day of /cc � � , 2009. Eagle River ; Sanitation District By: rotk EXECUTED this 0 day of 2009. TOW F ON By. �-- EXHIBIT A WORK "A" PM Preventive Maintenance Inspection FREQUENCY 6,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 5, 2009. EQUIPMENT MASTER LIST BY SERIAL NUMBER EQUIPMEN EQ DESCRIPTION SERIAL NUMBER CLASS T WGEN3 2000 GEN GEN 060597378933 DOWD JU GEN WPUMPI 2003 Pioneer 6" PUMP 1 HWP 7W 1999 MQ,KOMATSU PORT 1338419 (GENERATOR) GEN GEN WGEN2 2000 GEN GEN 1338420 AVON WW ODOR GEN 605W 1999 BROCK 6" PUMP 1B9CPO811WB276150 HMSC 60OW 1986 HMD 2W 6" PUMP 1D44293C0 HMSC 330W 1999 FORD FLUSHER4X4 1FDAF57F7XEA46122 HJT 205W 2002 FORD UTILITY 1FDSF31S42EC96716 H4U 145W 1993 FORD L9000 1FDYU90X2PVA00440 HTT 150W 1995 FORD L9000 1FDYU90X7SVA75806 HTD 265W 1991 FORD DUMP TRUCK 1FDYW82AlMVA21708 HTD 270W 1990 FORD L8000 DUMP 1FDYW82A9LVA37900 HTD 215w 1997 VACTOR /FOR JET 1FDZW96M9WVA08688 HJT TRUCK 170W 2006 FORD ESCAPE HYB 1FMY96HX6KD37017 L4P 305w 1997 CHEVROLET 1GBGK24R3VZ253740 H4U UT. PLOW4X4 31OW 1997 CHEVROLET 1GBGK24R6VZ254252 L4U UTILITY4X4 315W 1997 CHEVROLET 1GBGK24R7VZ254387 L4U UTILITY4X4 85w 2009 CHEVROLET 2500HD lgbhk29k28el76841 1-4UP 90w 2008 CHEVROLET K2500 1GBHK29K68E177202 L4U HD 80W 2008 CHEVROLET K2500 1GBHK29K98E176559 L4U HD 105W 2002 CHEVROLET UTILITY 1GBJK34182E159491 H4U 240w 1995 CHEVROLET S -10 1GCDT14Z1S8250522 L4P TRUCK 255W 2009 CHEVROLET 1GCDT19E098144241 L4P Colorado 50w 2008 CHEVROLET 1GCDT19E188183547 L4P Colorado 290W 2009 CHEVROLET 1GCDT19E198144250 L4P Colorado 65W 2007 CHEVROLET 1GCDT19E278242314 L4P Colorado 240W 2009 CHEVROLET 1GCDT19E498144503 L4P Colorado 275W 2009 CHEVROLET 1GCDT19E598144591 L4P Colorado 305W 2009 CHEVROLET 1GCDT19E898143970 L4P Colorado 35W 2003 CHEVROLET PICKUP 1GCEK14TO3Z288886 L4P 165W 2009 CHEVROLET 1500 1GCEK19039Z183380 L4P 15W 2005 CHEVROLET 1500 1GCEK19Z05Z252891 L4P 180w 1995 CHEVROLET UTILITY 1GCFK24K2SZ282068 H4U 140w 1995 CHEVROLET UTILITY 1GCFK24K7SZ281272 H4U 130w 1995 CHEVROLET UTILITY 1GCFK24K7SZ281918 H4U 250W 1994 CHEVROLET 1GCFK24K8RE230185 L4U 3 /4UTILITY 210W 1991 CHEVROLET UTILITY 1GCFK24K9ME214554 H4U 155W 2008 CHEVROLET 2500HD 1GCHK24K98E208039 H4U 280W 2003 CHEVROLET 1GCHK24U43E264156 H4U UT. PLOW4X4 340W 2003 CHEVROLET 1GCHK24U43E266117 H4U UTILITY4X4 175w 2008 CHEVROLET 2500HD 1GCHK29K48E210483 H4U 235w 2008 CHEVROLET 2500HD lgchk29k58e212467 H4U 180w 2008 CHEVROLET 2500HD 1GCHK29K88E210292 H4U 120W 2003 CHEVROLET UTILITY 1GCHK29U43E268068 H4U 200w 2003 CHEVROLET UTILITY 1GCHK29U73E264791 H4U 200W 2009 CHEVROLET 2500HD 1GCHK44K79F138774 H4PP 320W 2009 CHEVROLET 1GCHK49K19E135755 H4U UTILITY4X4 210W 2009 CHEVROLET UTILITY 1GCHK49KX9E135592 H4U 320W 1999 CHEVROLET 1GCK24U5XE241910 H4U UTILITY4X4 295W 1996 GMC 3 /4UTIL4X4 1GDGK24R1TZ530955 H4U 285w 1996 GMC UT.PLOW4X4 1GDGK24R4TZ530948 H4U 285W 1996 GMC UT.PLOW4X4 1GDGK24R4TZ530948 H4U 350W 2000 GMC 3 /4UTIL4X4 1GDGK24UlYZ292004 H4U 360W 2000 GMC 3 /4UTIL4X4 1GDGK24UXYE335066 H4U 300w 2006 GMC K2500 1GDHK29G86E249341 H4U 140w 2006 GMC K3500 1GDHK39G86E267313 H4P1 45W 2008 CHEVROLET 1GNDT13S482209132 L4U Trailblazer 40W 1999 CHEVROLET S -10 1GNDT13W2XK200768 L4U BLAZE 30w 1999 CHEVROLET S -10 1GNDT13W8XK199917 L4U BLAZE 260W 2001 GMC TV VAN 4X4 1GTHG39G61162064 LV 395w 2007 GMC 2500HD 1GTHK23U26F266102 H41D 400W 2009 INTERNATIO Work 1HSWYSJT9A3240660 HTT Star 215w 2008 INTERNATIO Work 1HTWXAHTX9J116052 HJT Star 41OW 1999 ONAN GENERATOR 1S9AP1127XC241267 HMSC 415W 1999 ONAN GENERATOR 1S9HP1422XC241266 HMSC 125W 1999 STERLING DUMP 2FZNEWDB7YAF21809 HTD TRUCK 135W 1999 STERLING DUMP 2FZNNWDB4XAF06621 HTD TRUCK 61OW 2000 TRVL -VAC VLV BOX 30000136 HMSC CL 401W 1999 MULTI -QUIP 4AG6U2034XCO28313 HTT GENERATOR 405W 1999 MULTI -QUIP 4AG6U2036XCO28314 HMSC GENERATOR 55W 2001 TOYOTA CAMRY 4T1BF22KllU127136 L2A SW 1997 TOYOTA CAMRY 4T1BF22K2VUO32588 L2A 20W 2000 TOYOTA CAMRY 4T1BF22K3YU105455 L2A 25W 2001 TOYOTA CAMRY 4T1BF22K6IU967820 L2A low 2005 TOYOTA CAMRY 4T1BF30K95U097673 L2A 60W 2004 TOYOTA CAMRY 4T1BF32K94U073403 L2A 75W 2003 TOYOTA CAMRY 4T1BF32KX3U045544 L2A 30w 2008 TOYOTA CAMRY 4T1BK46K18U560368 L2A 185W 2009 TOYOTA CAMRY 4T1BK46K49U097014 L2A 120W 2009 TOYOTA CAMRY 4T1BK46K69U596588 L2A 185W 1996 TOYOTA PICKUP 4TAPM62N1TZ176193 L4P 220W 2000 TOYOTA TRUCK 4X4 4TAPM62N3YZ662933 L4P 300w 1997 TOYOTA TRUCK 4X4 4TAPM6ZNXVZ314283 L4P 235W 1997 TOYOTA TRUCK 4X4 4TAWN72N5VZ307983 L4P 110W 2001 TOYOTA PICKUP 5TEPM62N01Z816352 L4P 115W 2002 TOYOTA PICKUP 5TEPM62N12Z069796 L4P 195W 2003 TOYOTA PICKUP 5TEPM62N13Z253511 L4P 190W 2003 TOYOTA PICKUP 5TEPM62N53Z250935 L4P 165w 2002 TOYOTA PICKUP 5TEPM62N72Z085422 L4P 225W 2003 TOYOTA TRUCK 4X4 5TEPM62N73Z251746 L4P 155W 2001 TOYOTA PICKUP 5TEPM62NO1Z820580 L4P 100w 2006 TOYOTA PICKUP 5TEPX42N76Z288733 L4P 100w2 2000 TOYOTA PICKUP 5TEPX42N76Z288733 L4P 95W 2008 TOYOTA TRUCK 4X4 5TEPX42N88Z565716 L4U 100w 2008 TOYOTA Tacoma STEPX42NX8Z556936 L4P 130W 2008 TOYOTA Tacoma 5TEUX42N48Z581866 L4P 230W 2003 TOYOTA TRUCK 4X4 5TEWM72N63Z242148 L4P 245W 2003 TOYOTA TRUCK 4X4 STEW M72NX3Z243416 L4P WGEN4 2000 GEN GEN 602610 EDWARDS WWP GEN WGEN1 2000 GEN GEN 86B79 AVON WW PLANT GEN 611W 1999 TRVL -VAC VLV BOX 99 -111 HMSC CL 8W 1999 ONAN /CUMNS PORT D990898877 GEN GEN 9W 1999 ONAN /CUMNS PORT D990899518 GEN GEN WGEN6 2000 GEN GEN D990901995 AVON DRIN GEN 430W 1990 JOHN DEERE 624E DW624ED530950 HL 425W 1998 JOHN DEERE 624H DW624HX565220 HL WGEN7 2000 GEN GEN E020369566 EDWARDS D GEN ERWSD 2001 1 1 EAGLE RIVER WATER MSC MSC11 2001 1 1 EAGLE RIVER WATER MSC 50w 1996 TOYOTA 4 RUNNER 3T3HN86R2T0016511 L4U 160W 2007 TOYOTA CAMRY JTNBK46K273004865 L2A 450W 2000 JOHN DEERE FIELD KV0260A261613 HL OPS WGENS 2000 GEN GEN LD -95351 VAIL WWP GEN 435W 1997 JOHN DEERE 8875 M08875X030602 HL 420W 2000 TOYOTA Fork Lift N/A FL 440w 1996 JOHN DEERE 710D T0710D3822727 HB 440W 2007 JOHN DEERE 7103 T0710JX147089 HB 445W 1993 JENZ SHREDDER V174934 HMSC �' SERVICE AGREEMENT This agreement is made and entered into this. . day of x e - ✓`2008 by and between Eagle River Water & Sanitation District whose address is 846 Forest Road, Vail Colorado, 81657 (hereafter know as "ERW &SD ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor'). RECITAL In consideration of the obligation of ERW &SD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: Contractor Services: Contractor will, during the term of this Agreement, provide: (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the ERW &SD vehicles and equipment. Service will be performed on approximately 68 vehicles and 22 pieces of equipment, although the number of vehicles and equipment serviced may be increased or decreased in ERW &SD's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 100 without the approval of Contractor. Routine Maintenance will be performed at least every 6,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by ERW &SD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless ERW &SD has approved of such charges. Services may be commenced with verbal approval by ERW &SD of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. ERW &SD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. (collectively the "Services ") Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. Compensation: In consideration of Contractor's services during the term of this Agreement, ERW &SD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10` of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's washing facilities may be used by ERW &SD. Contact TOA for current wash rates. Contractor's Fueling Facilities may be used by ERW &SD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Terms and Termination: This Agreement will be effective as of January 1, 2009 and will terminate on December 31, 2009 unless either party fails to substantially perform the duties and obligations it accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon 30 Days written notice. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by ERW &SD to its employees. Contractor shall provide ERW &SD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of ERW &SD, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. EXECUTED this day of rte, 2008. Eagle Riv ater �Oitat 10 B' By: i .nr' f EXHIBIT A WORK ` FREQUENCY RATE "A" PM 6,000 miles or $105.00 hr. Preventive Maintenance 250 hours Plus parts & Inspection sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of October 30, 2008. b UU CD I O �-h W 0 0 a a m m n _< n m 0 m a a � � n H H O 0) O { O O D n m m p c H 3 m z rD m rD 01 rt fD rf C (D rn J. M Z3 rt H C rD rt O N rD a) n rD r rt tt CD C CD O CD n O W O N O O 00 W N W N V .t H H N H N H H H H N H H H H H H H H H H H H H H H H H H H H H CD 0 N W Un Z N w O E N N In E N N O E N H Ln E N O E N O X N O In E N O O E ID Ln E ID O E w Ln E w O E V Vt E V O E m In E m O E In E In In E In O E A In E A O E W In E W O E N In E N O E H In E H O E O E O Ln E O O E m fD C 3 0 N O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O CD O 0 O 0 O 0 O 0 O o H m p n 0 N 0 0 W N 0 0 W N 0 0 w N o o O co ID V I ID H N o o O N 0 0 N N 0 0 W N 0 0 W N o o W H ID ID O7 N o o 00 N 0 0 00 N 0 0 Dl N 0 0 N N 0 0 V N 0 0 In N o o 00 H w ID In H ID ID w N o o O7 H ID W w N o o 00 H ID ID ID N o o w N 0 0 N N 0 0 H N 0 0 In N 0 0 N N o o 00 { m v 1 n x m < O - I O { o D O { o D O { O D D n - I 70 m < < O O .[ O D O p D S N < O O { O D O { O D O { O D x m < o S m < O T 70 70 O - I O { O D O { O D n x m < o n S m < O m O 70 D m O A 0 m 3 n in m m H - i O { o D to m m A n m < < O O { O D O C) O D O { O D x m < o O { o D D! f0 M m -I T O !D !D m m m m Gl Gl N m O O CD C n A C n A C n A C r { 3 A H r --i -< r -1 { n 7C n 7C v n 7C v N In O O o N In O O o m in n D rn m _0 H n 7C C v n D 3 77 { H In O O N In O O S o W O O O ID O O O w In O O c 3 'O A v n O c 3 v A -I H r H { H n 7C C H n 71Z C D 3 ;;U { -i H r H { d n O O n. M A A A 7C { n n m 7C 7c -I rD a A - 4 O x O Z A H N x O O ID O _ D O Ln In Dl ID { 3 N W W V { Z W H W D ti to A ID W n T < A w N x O Z A H A x O O A H H x O O lD A A -< 3 3 �o El '0 oo N Z co { W A c) T < Do N Z co N -{ 3 v --I 3 �o to D 3 H O { 3 00 -i a - O m < 3 N A lD x E O O O m { 3 N A O x O Z W O ci T < In ID o < O -I 3 v V w m T < a a r n m O LA M O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Ln H H H H H H H H H H H H H H H H — H H H H H H H H H H H H H H S O S r r r S x r x S r r r x x r r r r S x x x x r x S r r r x r n A c A v A o A v ti A c N D A c A c A v A v A v A c A c A v A v N D A v A c -i o -1 - i A v o u A v --1 Cl A c A v A v N D A c A v w H m � 0 0 a a m m n _< n m 0 m a a � � n H H O 0) O { O O D n m m p c H 3 m z rD m rD 01 rt fD rf C (D rn J. M Z3 rt H C rD rt O N rD a) n rD r rt tt CD C CD O CD n O W O N O O 00 W N W N V .t b O N O W H H H H H H H H F+ H H H H H H H H H h-' H H H H H - H � a rt A In E A In O E A A to E A A O E A W to E A W O A N In E A N O A H to E A H O E A O E A O to E A O O E W to to E W Dl O E W to E W In O E W A O E W W O E W N O E W H In E W H O E W O E W O to W O O E N tD In E N 00 to f N 00 O E N V O E N Ol to E N Ol O E N to E N to O E N A In N A O E m p Z F3 6 m I O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 H O 0 H O 0 H O 0 H O 0 H O 0 H O 0 H O 0 H O 0 H O 0 N O 0 H O 0 H O 0 H O 0 H O 0 H O 0 N O 0 H O o H m p H H H H H H H H H H H N H H H H H n 0 N O O W N O O O r tD tD W N O O V tD tD V LD tD O N w w W N O O O H w w w H w w w H w w w lD lD T H w w W N O O V N O O O N O O W N O O O N O O W H w w W H w w W tD tD V tD tD V N O O w H w W V N O O m H w W m H w W m N O O W H w W O H <D tD H N O O H N O O H w W A N O O W H tD tD to m W - n 2 m < O ti O x Z u ti m Z N L. O 2 Z o O S Z u O x Z c7 O x Z o O - < O D O Z D Z O Z D Z n S m < 0 3 c r --I 3 c r -i m 3 n n 3 n n 2 m < C) m 3 n n x m < O T O ;o u n = m G O n 2 m < O n 2 m < O -I O - < O D n 7" m G O Gl 3 n Ll 3 n Gl 3 n n x m < O T O x u T O x C� Gl 3 n - I O - < O D n x m < A o -{ O - < O -1 D n S m < l O 3 N m r mm m A m m A m m m m m A m m m m rt c H c H m -I m m rt m rt m rt m rt m -I m V m rt rn m m rn m v 'o n v r' 6 - w N m H m r O o v N LA 2 70 m C p m ;a V H O ti w W V In m N A m m N A 2 m O n 7t" r -�• -n rt m m Z m A D -I O A Ll m Z M A D -I O A Vl H O w r D N m m m Z m A D � O 70 m m Z m x D -{ O v N to o O x o w A c -� �-+ r A X A - 0 H n 7\ C v w - A C -I H r A X A C H r H -I A X A T C V1 2 m A A X A C H r H -I -< A X A C -I H r --i -G A X A C � H r H -i A X A n D 3 -< C - 1 'a r O E A X A 7; N to O O w - A c - I H r A X A G - 1 v r O E A X A C - 1 v r O E A X A r W O O O c 3 v O c 3 'O -i c n 7c -i < < D Z A X A n D 3 x w - A c H H -I -I A C n X A L l H O -� c n 7c 3 O O_ m O w Z -< 3 Z - Z - -< 3 -G 3 Z - r O r O m 3 3 3 m tD O A H W O A N N A N W A A N A to 00 00 w W A M w to H to N M w A V H N r -: to 7] E 3 D o W Ql D D o to ID V o to w V D W al Q1 N W Dl m H H M to V N V o H A W Ql o H A W V e a A D O L/) o S O O W D O Vl W x O Z N O tD -< 3 V A N -< 3 V Qa W -< 3 V tD O -< 3 W i '0 0 A v 00 00 -< 3 H Z .'� m to A W -< 3 to A A -< 3 H 2 O Z V 3 N V -G 3 N m T ;o V) m i n Z O o V - < Z H x O Z N W O -< 3 n m 7 to m O N O H O H O H O H O H O H O H O H O H O H O N O H O H O H O H O H O N O H O H O H O H O H O H O H O H O to O O O O O O O O N =r O a r A S r x 3 2 m S r x r x r T r x 3 2 3 r A x 3 x 3 2 A 2 A r A S A 2 A x 2 A r A r A r N x A S A S A x A 2 A x 2 r < r N r A r A r A n w c to to to c N to v c v c c -i c c c D c c c c c o o D c v v o, n n n n n v+ tt . 2 CD C CD r O o--� n O W O N O O W N W N b UQ CD W O w tt CD c rr 0 CD n O W O N O O 00 W N W N L'r Gt o rD m to tD lD 0o W 00 V m dt m 01 U m E v m n m n m n m m n n E o E v, o z f v, u, Ln 0 0 o F v, CD o p c M rn m m m m m m m m : m Ln Z E E E E E E O f to O E E 3 Z Z Z Z Z Z Z N f S Z � -I Ol ut A W N r D � 0 m l O o O O o O O O o O O o O O O o o O o o O O O O o m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r 0 r 0 � o r 0 � 0 � o r p n 0 N N N N t-+ N N N N N N N t+ r f+ N N -< N O N O N o N O N O o O O O w O O lD O O to o O o o w lD lD a) O O m O o O O o O O O o lD O o lD O O w O O o O tD 00 to 0 0 01 O O O O o O O o r w m 00 w to 00 lD W V o A to m V r-+ 00 C m m m m m m m m m m m m m Z O S Z S S p O S A O C) 3 O O S N 3 Z Z Z Z Z Z Z D -C m D m m { m < { O O { { m 7c' -p z \ O < x Z \ < Z7 < A T. O O < r O n 7 N O O > < 70 m n D > o n o 0 3 D > (D o G > D � > D D o c r c r r D r D r 3 rn 3 m m m n rn In (n C Ol N v r. v N 7c v n n G n m Ql n n n 3 = m m m m m m m m m m m m o x A N O to N O D O r D - = D D O o - { c n Ul O 70 - I O O CD O 7-i - I 3 x 0 O < 3 .� 'a 'o M. x 3 ; O Q. m 7C O S O { '1 W m A S m S rn X v v O. z X C, z C7 Z 0 O O A n r z Z Z z z z Z z i-+ r -I -1 r rF - { { W - i W In { m m m O r \ \ \ \ \ \ \ \ o m m O m m 3 In m O H 3 00 3 A 00 D D D D D D D D lD CF) a 'o 9 'o iD m e a a -o o - N S a -o A D 00 o A ul rn u, o u m n m 01 Ql A O < '-' A m W < .'� 7 r W 3 m C N N X z 0 N 3 al O 3 m O O O O O O O O O O O O O O O O O O O O O O o O o Vl O 2 m m m Gl m 01 0l 3 m r r Ll r r M r r S r S S r r r n Z v m z m z m z m z m z m z m z to n m z A c A c m z A c A c m z N D A -0 3 in N D 3 in 3 vi N D N D A m - w v n n n n tt CD c rr 0 CD n O W O N O O 00 W N W N L'r Gt SERVICE AGREEMENT This agreement is made and entered into this ?*)= day of t�C¢i��e� 2009 by and between Eagle County Regional Transportation Authority whose address is 500 Broadway, P.O. Box 850 Eagle, CO 81631 -0850 (hereafter know as "ECO") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of ECO to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Repair and replacement work as requested by ECO ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless ECO has approved of such charges. Services may be commenced with verbal approval by ECO of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. ECO acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, ECO will pay Contractor the shop rate of $105.00 per hour for Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10 of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by ECO. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by ECO. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by ECO to its employees. Contractor shall provide ECO an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of ECO, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. S. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub - contractor of ECO. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this day of 5 2009. Eagle County Regional Transportation Authority C EXECUTED this day of e?_, 2009. TOW F ON By: C_< SERVICE AGREEMENT This agreement is made and entered into this 8" day of 2009 by and between Town of Minturn whose address is P.O. Box 309, Minturn Colorado, 81645 (hereafter know as "TOM ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of TOM to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the TOM vehicles and equipment. Service will be performed on approximately 11 vehicles listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in TOM's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 22 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by TOM ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless TOM has approved of such charges. Services may be commenced with verbal approval by TOM of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. TOM acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, TOM will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost phis ten percent. Invoice shall be issued by the 10 of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by TOM. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by TOM. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by TOM to its employees. Contractor shall provide TOM an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of TOM, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub- consultant or sub - contractor of TOM. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this VL day of 4V91v EF:- , 2009. Town of Minturn By: EXECUTED this day of (�tl� -M-g� 2009. r TOWN A ON '1 By: a EXHIBIT A WORK FREQUENCY RATE "A" PM 3,000 miles or $105.00 hr. Preventive Maintenance 250 hours Plus parts & Inspection sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 4, 2009. EQUIPMENT EQ DESCRIPTION SERIAL NUMBER CLASS 4M 2000 DODGE DURANGO 1B4HS28NXYF255768 L4UP 7M 2007 DODGE Dakota 1D3HW28P67S190021 L4P 6M 2006 DODGE DT 1D7HW28N565657232 HTS 8M 2004 FORD F350 1FTSX31PX4EC60013 HTS 5M 2004 FORD DUAL 1FTWF33PX4EC60014 HTS lm 2005 CHEVROLET Trailblazer EXT 1GNET16M556166328 L4UP lOm 1985INTERNATIO DT 1HTZP33ROFHA21661 HTD 144M 1992 KENWORTH T600AII 1XKAD69XONS HTD 3M 2002 CHEVROLET IMPALA 2G1WF55K329241147 L2A 2M 2001 CHEVORELT IMPALA 2G1WF55K919255116 L2A 9M 2004 CATIT38F 6FN00280 HL 11M 2000 CASE 580L JJG0249826 HB MIN 2005 TOM 1 TOWN OF MINTURN HMSC TOM 2006 1 1 TOWN OF MINTURN HMSC SERVICE AGREEMENT This agreement is made and entered into this - day of O v�� 2009 by and between Western Eagle County Ambulance District whose address is P.O. Box 1809, Eagle, Colorado (hereafter know as "WECAD ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of WECAD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the WECAD vehicles and equipment. Service will be performed on approximately 6 vehicles listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in WECAD's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 20 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by WECAD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless WECAD has approved of such charges. Services may be commenced with verbal approval by WECAD of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. WECAD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: hi consideration of Contractor's services during the term of this Agreement, WECAD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10"' of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by WECAD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by WECAD. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by WECAD to its employees. Contractor shall provide WECAD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of WECAD, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub- contractor of WECAD. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this day of /VD1 X 2009. Western E le Con ty ulance District By: EXECUTED this day of t., 2009. TOWN ON By: �� [ 0:4:11a]1OR WORK "A" PM Preventive Maintenance Inspection FREQUENCY 3,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 5, 2009. EQUIPMENT EQ DESCRIPTION SERIAL NUMBER CLASS 803AW 2003 FORD E450 1FDXE45F43HA19141 AMB 802AW 2003 FORD E450 1FDXE45F63HA19142 AMB 804AW 2003 FORD E450 1FDXE45F73HA60864 AMB 801AW 2008 FORD E450 1FDXE45P78DA77008 AMB 800AW 1999 FORD EXPEDITION 1FMPU18L1XLB40408 L4U 812AW 2004 FORD EXPLORER 1FMZU72K84ZB05532 L4U 808AW 2008 CHEVROLET 2500HD 1GCHK39628E210748 H4P 805AW 2007 CHEVROLET TAHOE 1GNFK13027J346200 L4U 810AW 2007 CHEVROLET TAHOE 1GNFK13027J346200 L4U SERVICE AGREEMENT This agreement is made and entered into this ay of 9 s , 2009 by and between Town of Redcliff whose address is P.O. Box 40, Redcliff, Colorado, 81649 (hereafter know as "TOR ")and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of TOR to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the TOR vehicles and equipment. Service will be performed on approximately 1 vehicle and I piece of equipment listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in TOR's sole discretion; provided the combined number of vehicles and equipment shall not exceed 12 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by TOR ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless TOR has approved of such charges. Services may be commenced with verbal approval by TOR of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. TOR acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: hi consideration of Contractor's services during the term of this Agreement, TOR will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. hivoice shall be issued by the 10 of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by TOR. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by TOR. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by TOR to its employees. Contractor shall provide TOR an original of its Farm W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of TOR, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Inmzunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub - contractor of TOR. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. <° r EXECUTED this IV da y of 1 2009. Toi EXECUTED this 9�_ day of `l�e , 2009. TOWN � A ON By: �� c / EXHIBIT A WORK "A" PM Preventive Maintenance Inspection FREQUENCY 3,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual" Preventive Maintenance Inspection every 12months $105.00 hr. Plus parts & sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 5, 2009. EQUIPMENT EQ DESCRIPTION SERIAL NUMBER CLASS 45R 1996 CHEVROLET K2500 1GCGK24ROTZ212698 H4PP 1R 1995INTERNATIO DUMP TRUCK 1HTSDAARXSH242964 HTD 2r 1995 JOHN DEERE 544E DW544EB534519 HL SERVICE AGREEMENT j-� This agreement is made and entered into this o day of , 2009 by and between Greater Eagle Fire Protection District whose address is P.O. Box 961, Eagle Colorado, 81631 (hereafter know as "GEFPD ")and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of GEFPD to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the ten - ii of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the GEFPD vehicles and equipment. Service will be performed on approximately 6 vehicles and equipment in Exhibit A, although the number of vehicles serviced may be increased or decreased in GEFPD's sole discretion; provided, the combined number of vehicles and equipment shall not exceed 25 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work, as requested by GEFPD ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless GEFPD has approved of such charges. Services may be commenced with verbal approval by GEFPD of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. GEFPD acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, GEFPD will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10` of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by GEFPD. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost phis ten percent. Contractor's vehicle washing facility may be used by GEFPD. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perfonn the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by GEFPD to its employees. Contractor shall provide GEFPD an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of GEFPD, and any attempt to do so shall render this Agreement mill and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part I of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub- contractor of GEFPD. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this � .- day of V U , 2009. Greater Eagle Fire Protection District By: �-- A M EXECUTED this day of , 2009. TOW F A ON By: �- EXHIBIT A WORK "A" PM Preventive Maintenance Inspection FREQUENCY 3,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 5, 2009. EQUIPMENT EQ DESCRIPTION SERIAL NUMBER CLASS 912E 1998 FORD F550 1FDAF57F8XAE83616 LP 914E 2003 FORD F450 1FDXX47S44EB12880 LP 935E 1999 PIERCE DASH 4P1CT02SOXA000015 LT 915E 1995 PIERCE Saber 4P1CT02U9TA000122 HP 924E 1997 PIERCE Saber 4P1CT02U9WA000187 HP 920E 1979 FORD L9000 U90WVGH1479 HWT SERVICE AGREEMENT This agreement is made and entered into this 20 day of b4�,e a L , 2009 by and between Eagle County Hazmat Team whose address is P.O. Box 1388, Avon Colorado, 81620 (hereafter know as "ECHT ") and the Town of Avon whose address is P.O. Box 975, 500 Swift Gulch Road, Avon, Colorado, 81620 (hereafter designated as "Contractor "). In consideration of the obligation of ECHT to pay the Contractor as herein provided and in consideration of the other terms and conditions hereof, the parties agree as follows: 1. Contractor Services: Contractor will, during the term of this Agreement, provide the following services (collectively the "Services "): (a) Routine maintenance and preventive maintenance ( "Routine Maintenance ") of the ECHT vehicles and equipment. Service will be performed on approximately 1 vehicle and 3 trailers listed in Exhibit A, although the number of vehicles serviced may be increased or decreased in ECHT's sole discretion; provided the combined number of vehicles and equipment shall not exceed 10 without the approval of Contractor. Routine Maintenance will be performed at least every 3,000 miles or 250 hours of use. Routine Maintenance shall consist of those services outlined in Exhibit A attached hereto. (b) Repair and replacement work as requested by ECHT ( "Repair and Replacement "). No payment for any Repair and Replacement shall be due unless ECHT has approved of such charges. Services may be commenced with verbal approval by ECHT of a written estimate submitted by Contractor. Repair and Replacement includes, without limitation, transmissions repairs, engine repairs, rear end repairs and any other work or repairs exceeding $2,000.00. ECHT acknowledges that subcontractors will perform certain repair work. Contractor shall be responsible for assuring that all such subcontracted work will be performed promptly and in accordance with the terms and conditions of this Agreement. 2. Facilities: Contractor represents that its facilities are in good repair and adequately equipped and that it has a sufficient staff to perform all work in a timely manner. 3. Compensation: In consideration of Contractor's services during the term of this Agreement, ECHT will pay Contractor the shop rate of $105.00 per hour for Routine Maintenance and Repair and Replacement. Materials and sublet work shall be charged at cost plus ten percent. Invoice shall be issued by the 10 "' of each month for services performed the previous month. Payment shall be remitted within ten (10) days of receipt of invoice. Contractor's Fueling Facilities may be used by ECHT. The cost of Unleaded Gasoline and Diesel Fuel will be at the Contractor's cost plus ten percent. Contractor's vehicle washing facility may be used by ECHT. Contact TOA for current wash rates. 4. Terms and Termination: This Agreement will be effective as of January 1, 2010 and will terminate on December 31, 2010 unless either party fails to substantially perform the duties and obligations in accordance herewith. In such an event, the other party may terminate this Agreement upon seven (7) days written notice to that party, unless that party cures the breach within the seven (7) day remedy period. Either party may terminate this Agreement without cause upon thirty (30) days written notice. 5. Relationships and Taxes: The relationship between the parties is that of independent contracting parties, and nothing herein shall be deemed or construed by the parties hereto or by any third party as creating a relationship of principal and agent or partnership, or of a joint venture between the parties. Contractor shall be solely responsible for any tax, withholding or contribution levied by the Federal Social Security Act. Contractor is not entitled to unemployment compensation or other employment related benefits, which are otherwise made available by ECHT to its employees. Contractor shall provide ECHT an original of its Form W -9 (Request for Taxpayer Identification Number of Certification). 6. Warranty: Contractor shall perform all Services in a prompt, efficient and workmanlike manner. Contractor shall promptly correct any defective work. This warranty shall be in lieu of all other warranties, express or implied. Contractor's sole liability hereunder, whether in tort or in contract, is expressly limited to the warranty provided for herein. 7. Assignment: Contractor's duties hereunder requires particular expertise and skills, and may not be assigned to any third party without the expressed written consent of ECHT, and any attempt to do so shall render this Agreement null and void and no effect as respects the assignee (s) and shall constitute an event of default by Contractor. 8. Waiver: Failure to insist upon strict compliance with any terms, covenants, and/ or conditions hereof shall not be deemed a waiver of such term, covenant, or condition, nor shall any waiver or relinquishment of any right or power hereunder at any time or more times be deemed a waiver or relinquishment of such right or power at any other time or times. 9. Benefit: The terms, provisions, and covenants contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and their respective heirs, successors in interest, and legal representatives except as otherwise herein expressly provided. 10. Situs and Severability: The laws of the State of Colorado shall govern the interpretation, validity, performance and enforcement of this Agreement. If any provision of this Agreement shall be held to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement shall not be affected thereby. 11. Modification: This Agreement contains the entire agreement between the parties, and no agreement shall be effective to change, modify, or terminate in whole or in part unless such agreement is in writing and duly signed by the party against whom enforcement of such change, modification, or termination is sought. 12. Non - Liability of Town for Indirect or Consequential Damages or Lost Profits: Parties agree that the Contractor shall not be liable for any indirect or consequential damages which may arise from any breach of this Service Agreement by Contractor or which may arise by the Contractor's breach of warranty. 13. No Waiver of Governmental Immunity: Nothing in this Agreement shall be construed to waive, limit, or otherwise modify any governmental immunity that may be available by law to the Contractor, its officials, employees, contractors, or agents, or any other person acting on behalf of the Contractor and, in particular, governmental immunity afforded or available pursuant to the Colorado Governmental Immunity Act, Title 24, Article 10, Part 1 of the Colorado Revised Statutes. 14. No Third Party Beneficiaries: Nothing contained in this Agreement is intended to or shall create a contractual relationship with, cause of action in favor of, or claim for relief for, any third party, including any agent, sub - consultant or sub - contractor of ECHT. Absolutely no third party beneficiaries are intended by this Agreement. Any third -party receiving a benefit from this Agreement is an incidental and unintended beneficiary only. EXECUTED this 730 day of 4Dzc,? , 2009. Eagle County Hazmat Team iA EXECUTED this ' day of QL , 2009. TOW OF VON By- EXHIBIT A WORK "A" PM Preventive Maintenance Inspection FREQUENCY 3,000 miles or 250 hours RATE $105.00 hr. Plus parts & sublet "Annual" every 12months $105.00 hr. Preventive Maintenance Plus parts & Inspection sublet NOTE: Included as a part of Exhibit A is the vehicle listing applicable to this agreement as of November 5, 2009, EQUIPMENT EQ DESCRIPTION SERIAL NUMBER CLASS 1HM 2005 FORD F450 1FDWX47P75EC98558 HTl HMRT1 2003 HAULMARK EG85X20WT4 16HGB20224UO35361 HT 2010 Parking A- reenlent ECO -Aeon SERVICE AGREEMENT THIS AGREEMENT is entered into the day ofdLQ,(j�?009, between Board of County Commissioners of Eagle County acting through the Eagle County Regional Transportation Authority doing business as ECO Transit ("ECO ") and Town of Avon ("Avon "); IT IS AGREED as follows: 1. Services During the term of this Agreement, Avon will provide the following services: (a) Outdoor paved parking stalls at the Swift Gulch Public Works Complex (the "Premises ") to be used for a maximum of ten (10) transit vehicles during November -April that are provided with 120v /l0amp electrical power to support the engine block heater at a charge of $350.00 per month per vehicle (includes power for winter months of November through March). (b) Outdoor paved parking stalls at the Premises to be used for a maximum of four (4) transit vehicles during May- October without power at a charge of $300.00 per month per vehicle. (c) Bus wash bay access and usage at a rate of $45.00 per bus. (d) Diesel fuel to be billed at Avon's cost plus 10 %. 2. Limits on Use No other services by Avon are included other than those explicitly listed herein. Other uses of the Premises are not permitted without Avon's written consent and will be considered a breach of this Agreement. The following additional limitations on use apply: (a) The Premises are not secure; the ECO is advised that use of the Premises is "at your own risk ". (b) Parking stalls shall be those designated by Avon. (c) Avon staff reserves the right to physically drive and relocate any of the ECO's vehicles, provided that the vehicle remains within the physical site, at any time for any reason. ECO agrees to provide Avon with functioning keys and/or key -codes capable of unlocking and starting all ECO- serviced vehicles parked on the Premises. (d) All vehicles parked on the Premises included under this Agreement must be in full running order. Avon reserves the right to remove from the Premises at ECO's cost any vehicle that will not start, is dilapidated, or has not been restored to full running order by ECO or their assigns for a period of thirty (30) days or more. (e) ECO agrees to keep the Premises clean, sanitary, and in good condition and, upon termination of the Agreement, vacate the Premises to Avon in a condition identical to that which existed when the ECO initiated site use, except for ordinary wear and tear. (f) ECO agrees to immediately notify Avon of any defects or dangerous conditions in and about the Premises of which ECO becomes aware. (g) ECO agrees to reimburse Avon, upon demand by Avon, for the cost of repairing any damage to the Premises caused by acts or omissions of ECO. (h) ECO herein acknowledges that the ECO has examined the Premises, including electrical outlets, and has found them to be in good, safe, and clean condition at commencement of this Agreement. (1) In support of the continued governmental partnership between Avon and ECO and in light of on -going efforts to plan, design, and construct a Joint Regional Operations Facility at the site. access and use of Avon's transit operations building (including restrooms. Page 1 of 2 2010 Parking Agreement ECO -Avon showers, Internet, coffee /cocoa station, and break room) is included at no additional charge. 3. Facilities Avon represents that its facilities are adequately equipped to offer said services 4. Billing for Services An invoice will be issued by the tenth day of each month for services performed during the previous month. Payment is due in bill within thirty days of receipt of the invoice. The Town reserves the right to adjust the rates charged for services. 5. Term and Termination This is a month -to -month service agreement which commences on January 1, 2010 and terminates December 31, 2010 unless otherwise terminated earlier in accordance with this Agreement. Either party may terminate this Agreement without cause on fifteen days written notice. In the event of breach of this Agreement by either party, the other party may terminate this Agreement upon seven days written notice unless the breach is cured within the seven day period. The parties desire to implement this Agreement as soon as possible. The signatory for ECO has the authority to bind ECO to the terms and conditions of this Agreement. However, continuation of this Agreement is contingent upon the subsequent ratification of the same by board action of the Board of County Commissioners of Eagle County at their next regularly scheduled meeting. 6. Indemnification. ECO agrees to the extend permitted by law to indemnify, defend and hold harmless TOA, its respective agents, officers and employees of and from any loss, cost, damage, injury, liability, claims, liens, demands, action and causes of action whatsoever, including reasonable attorneys fees arising out of acts or omissions of ECO, or those of ECO's agents, officers, servants and employees. 7. Insurance ECO must carry valid insurance for any individuals and property that are involved in use of the Premises. Avon is not liable for damage to ECO -owned property, or any property owned by others and included in a service agreement operated by ECO, while located on the Premises, including acts of vandalism, theft, or comprehensive damage of same vehicles. ECO must provide insurance in the amount of $1,000,000 per occurrence and $1,000,000 aggregate. 8. Relationship of the Parties The relationship between the parties is that of independent contractor, and nothing herein shall be deemed or construed as creating a relationship of principal and agent, partnership, joint venture, or ownership interest in the real property. Avon shall be solely responsible for payroll withholding and payment of taxes as well as payment of unemployment compensation and other employment related benefits. TOWN OF AVON By: Ron Wolfe Mayor 0 r> , EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY By: Harry Taylor Director ECO Transit Signatu ►a 12(01 Date f '�"'� —t i c ( Date Page 2 of 2