HomeMy WebLinkAbout103910 ARAGON IRON & METAL INC - CONTRACT - BID - 6038 SALE OF SCRAP METALSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Aragon Iron & Metal, Corp., hereinafter referred to as "Service Provider".
W ITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of three (3) pages and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence June 10, 2007, and shall continue
in full force and effect until June 9, 2008, unless sooner terminated as herein provided. In addition,
at the option of the City, the Agreement may be extended for additional one year periods not to
exceed four (4) additional one year periods. Renewals shall be negotiated by and agreed to by both
parties. Written notice of renewal shall be provided to the Service Provider and mailed no later than
ninety (90) days prior to contract end.
3. Dela . If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties. All
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
SA 09/01 /06
16. This Services Agreement applies to any loads of scrap that become available while this
Agreement is valid. Other City departments may participate; but the departments listed
below are the main participants.
17. Service Provider shall provide one single point of contact to the City to handle any
additional pick ups or missed deliveries, and notify the City immediately if there is a
contact change. Service Provider shall also provide one single point of contact to the
City to handle any billing issues.
FOR SERVICE ISSUES
FOR BILLING ISSUES
CONTACT:
CONTACT:
Alan Aragon
Leslie Barela
Phone: 970-484-2577
Phone: 970-484-2577
Fax: 970-484-9759
Fax: 970-484-9759
E-mail: aragons(cDatt.net
E-mail: leslie1981(a)att.net
Cell: 970-581-2980
Cell: 970-581-3945
Emergency #: 970-581-8035
Emergency #: 970-690-3987
Backup: David Aragon
Backup: Carrie Johnson
18. Below are listed the participating City Departments, their location, their Departmental
Representative, Contact Number, and Bins Required:
Department/Location Contact Bins Required
Transfort Shop,
Dave Leicester 221-6625
Brass, Copper/Brass Mix, Aluminum,
6570 Portner Road
Steel, Stainless Steel
Streets Department,
Debbie Daugaard,221-6764
Aluminum (scrap Sign Faces), Steel,
625 Ninth Street
Copper
Traffic Operations,
Sandy Aragon, 221-6103
Copper/Brass Mix, Aluminum, Steel
626 Linden Street
(Traffic Poles)
Steel, #1 Copper, #1 Copper wire
Utilities Warehouse/ Light &
Steve Serna, 221-6709; Jo
(insulated ), Aluminum wire
Power, 701 Wood Street
Ann Frick, 221-6389
(insulated), Aluminum EC wire,
Aluminum (misc sheet)
Fleet Shop,
835 Wood Street
Shane Armfield, 221-6290
Steel (misc auto/truck parts)
Police Firearms Range,
Brass (Shell Casings),
2554 Midpoint Drive
David Haywood, 221-6832
Copper/Lead/Zinc/Tin Mix (Bullet
Remains)
Water Meter Shop,
Steve Serna, 221-6709; Jo
Brass, Copper/Brass Mix (Water
700 Wood Street
Ann Frick, 221-6389
Meters)
Water Department,
Steve Serna, 221-6709; Jo
Ductile Iron Pipe & Fittings, Fire
700 Wood Street
Ann Frick, 221-6389
Hydrants, Steel
SA 09/01 /06
10
1111 K
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the Service Provider shall furnish the City with certificates of insurance showing the
type, amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, such insurance as the City may
deem proper and may deduct the cost of such insurance from any monies which may be due or
become due the Service Provider under this Agreement. The City, its officers, agents and
employees shall be named as additional insureds on the Service Provider's general liability and
automobile liability insurance policies for any claims arising out of work performed under this
Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's employees
engaged in work performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a "broad form" basis. The amount of insurance for each coverage,
Commercial General and Vehicle, shall not be less than $500,000 combined single limits
for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be
responsible for any liability directly or indirectly arising out of the work performed under
this Agreement by a subcontractor, which liability is not covered by the subcontractor's
insurance.
SA 09/01/06
11
Flood & Peterson Ins 5/4/2007 4:09 PAGE 002/003 Fax Server
ACORDw CERTIFICATE
OF LIABILITY INSURANCE
0DATE 5104/07wrrrh
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Flood & Peterson Insurance Inc
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
4821 Wheaton Drive
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P O Box 270370
Fort Collins, CO 80527
INSURERS AFFORDING COVERAGE
NAIC S
INSURED
INSURER A: ACE USA
Aragon Iron & Metal Corp
INSURER B: Pinnacol Assurance
516 Highway 287, North
Fort Collins, CO 80524
INSURER C:
INSURER D:
INSURER E:
NVYCRMVCJ
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LIM
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE DI
POLICY EXPIRATION
DATE DwY
LIMITS
A
GENERALUABIUTY
D35976565
10/01106
10/01107
EACH OCCURRENCE
$1000000
X COMMERCIAL GENERAL LIABILITY
CLAIMSMADE 51OCCUR
DAMPREGE TO
Ee RENTED
ce
$SOLI OLIO
MED EXP (Arty we person)
$10000
PERSONAL &ADV INJURY
$1 OQO OLIO
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$2000OOO
X POLICY jE T LOC
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
H08167783
10/01/06
10/01/07
COMBINED SINGLE LIMIT
(Ea ealdent)
f1000,000
,
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per person)
$
X
X
HIRED AUTOS
NON-OWNEDAUTOS
BODILY INJURY
(Perecddent)
E
X
Drive Other Car
PROPERTY DAMAGE
(Per ecddert)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY. ASS
$
ANY AUTO
$
A
EXCESSIUMBRELLA LIABILITY
X OCCUR ❑ CLANSMADE
N0114814A
10/01/06
10/01/07
EACH OCCURRENCE
$1000OLIO
AGGREGATE
$1 00O 000
E
f
DEDUCTIBLE
X RETENTION $ 10000
$
B
WORKERS COMPENSATION AND
EMPLOYERS'LIABILITY
3081185
03101107
03101/08
X WCSTATU- OTH.
MIT
E.L. EACH ACCIDENT
$50O 000
ANY PROPRIETORIPARTNER,EXECUTIVE
OFFICERMIEMBER EXCLUDED?
It yes, describe under
E.L. DISEASE - EA EMPL OYE
$500,000
E.L. DISEASE. POLICY LIMIT
$500O00
SPECIAL PROVISIONS belay
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Certificate Holder is listed as an Additional Insured.
05/04/07 Efaxed to Leslie @ Aragon Iron & Metal Corp. Efaxed to City of Fort Collins (970
221-6707).
SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Fort Collins DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10_ DAYS WRITTEN
PO Box 580 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Fort Collins, CO 80522 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
F76eaoR ► PiGrr�fiAwJ .7Ntdre..✓ca +z%jc.
^� ---• ��, I Or t s.aaU1a01MU1UOy1 JZS 0 ACORD CORPORATION 1988
Flood & Peterson Ins 5/4/2007 4:09 PAGE 003/003 Fax Server
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does It
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 26-S (2061/08) 2 of 2 AS380198/M370591
EXHIBIT C
BASELINE METALS PRICING
1. Attached is a spreadsheet showing the baseline scrap metals pricing upon which
this Service Agreement was awarded. Quantities shown are the approximate total
annual weights (based on 2006 actuals). The City cannot guarantee this annual
volume; actual weights available will vary.
2. Scrap metal prices paid will be based on the baseline prices provided on the Bid,
subject to scrap metal market fluctuations. The City reserves the right to audit
Service Provider scrap metal prices paid, at any time. The City also reserves the
right to verify load weights, at any time.
Baseline Metals Pricing
Service Provider Aragon Metals
Material
Steel
Est Annual Qty
(Lbs)
126,000
Price/lb
$0.08
Extended
$9,450.00
Index Used
Chicago, Philadelphia, Pittsburgh AMM Comp
Material Stainless Steel
Est Annual Qty
(Lbs) 50
Price/lb $1.30
Extended $65.00
Index Used Pittsburgh Mill 18-8 bund/sld/clp
Material
Iron
Est Annual Qty
(Lbs)
10,000
Price/lb
$0.08
Extended
$750.00
Index Used
Chicago, Philadelphia, Pittsburgh AMM Comp
Material Brass (Clean)
Est Annual Qty
(Lbs) 3,500
Price/lb $2.05
Extended $7,175.00
Index Used Mill Prices: Red Brass
Material Brass/Copper Mix
Est Annual Qty
(Lbs) 500
Price/lb $1.80
Extended $900.00
Index Used Mill Prices: Copper #1 & Red Brass
SA 09/01 /06
12
Material Copper/Lead/Zinc/Tin Mix
Est Annual Qty
(Lbs) 850
Price/lb $0.92
Extended $777.75
Index Used Mill Prices: Yellow Brass
Material #1 Copper
Est Annual Qty
(Lbs) 7,000
Price/lb $3.17
Extended $22,190.00
Index Used Mill Prices: #1 Copper J
Material #1 Copper Wire, insulated
Est Annual Qty
(Lbs) 5,000
Price/lb $2.43
Extended $12,150.00
Index Used Mill Prices: #1 Copper Recovery Valued
Material Aluminum (misc sheet)
Est Annual Qty
(Lbs) 5,000
Price/lb $0.69
Extended $3,425.00
Index Used Mill Prices 6061 Extrusions
Material Aluminum Wire, insulated
Est Annual Qty
(Lbs) 80,000
Price/lb $0.40
Extended $32,000.00
Index Used Mill Prices 6061 Extrusions Recovery Valued
Material Aluminum EC wire
Est Annual Qty
(Lbs) 3,000
Price/lb $0.88
Extended $2,640.00
Index Used Mill Prices 6061 Extrusions
BID GRAND
ITAL $91,522.75
SA 09/01/06
13
ARAGON
Iron &Metal Corp.
516 N ITS HWY 287
Fort Collins, CO 80524
970.484.2577 Fax # 970.484.9759
Account Name: City of Fort Collins
Load Dates: 04.16.07 thru 04.27.07
Date ScaleTik# Material
Site: Transfort Sh on
04.16.07 638 Brass
04.19.07 649 Stainless Steel
Site. Streets Dent
Exhibit D - Biweekly Report
Payment Date 30-Apr-07
Weight (Ibs) Price
Total
1,376 2.05/lb $2,820.80
24 1.30/Ib $31.20
Transfort Shop Total $29852.00
Check#
Date
04.16.07
641 Aluminum
912
.685/Ib
$624.72
Streets Dept
Total
$624.72
Check#
Date
Site: Traffic Operations
$150.00/to
04.23.07
690 Scrap Steel
2,400
n
$180.00
Traffic
Operations
Total
$180.00
Check#
Date
Site: Utilities
04.20.07
638 Alum Wire Ins
275
.40/lb
$275.40
Utilities
Total
$275.40
Check#
Date
SA 09/01 /06
14
Site: Fleet Shop
04.17.07
638 Scrap Steel
Site: Police Fire Arms
Copper/Lead/Zinc/Tin
04.19.07 638 Mix
04.25.07 649 Brass
Site: Water Meter Shop
Copper/Brass
04.16.07 638 Mix
04.19.07 649 Brass
Site: Water Dept
04.26.07
638 Scrap Steel
Messages: Thank you for your business!
Current
$0.00
$150.00/to
1,700
n
$127.50
Fleet Shop
Total
$127.50
Check#
Date
370
.915/lb
$338.55
420
2.05/Ib
$861.00
Police Fire
Arms
Total
$19199.55
Check#
Date
1,700
1.80/lb
$3,060.00
280
2.05/Ib
$574.00
Water Meter
Shop
Total
$3,634.00
Check#
Date
$150.00/to
2,100
n
$157.50
Water Dept.
Total
$157.50
Check#
Date
Balance Paid on Acct: $9,050.67
1-30 Days 31-60 Days 61-90 Days Over 90
$0.00 $0.00 $0.00 $0.00
SA 09/01/06
15
the following addresses:
City:
City of Fort Collins Purchasing Division
P.O. Box 580
Fort Collins, CO 80522
Attn: Ed Bonnette, C.P.M., CPPB, Buyer
Service Provider:
Aragon Iron & Metal, Corp.
516 North US Highway 287
Fort Collins, CO 80524
Attn: David J. Aragon
In the event of early termination by the City, the City shall be paid for materials sold prior to the date
of termination, subject only to the satisfactory performance of the Service Provider's obligations
under this Agreement. Such payment shall be the City's and the Service Provider's sole right and
remedy for such termination.
5. Contract Sum. The Service Provider shall pay the City for the performance of this
Contract, subject to additions and deletions provided herein, perthe attached Exhibit "C", consisting
of two (2) pages, and incorporated herein by this reference. The City acknowledges that actual
Scrap Metal Prices paid will fluctuate around the baselines indicated in Exhibit "C", subject to scrap
metal market fluctuations.
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning this
agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. Personal Services. It is understood that the City enters into the Agreement based on
the special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign any
SA 09/01 /06
2
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the City.
9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of
the services shall not be construed to operate as a waiver of any rights or benefits provided to the
City under this Agreement or cause of action arising out of performance of this Agreement.
10. Warran .
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment
and labor, against defects and nonconformances in design, materials and
workmanship/workwomanship for a period beginning with the start of the
work and ending twelve (12) months from and after final acceptance under
the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of
written notice from City of any such defect or nonconformances, the affected
item or part thereof shall be redesigned, repaired or replaced by Service
Provider in a manner and at a time acceptable to City.
11. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this agreement, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
SA 09/01 /06
3
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties.
14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions, suits,
claims, demands or liability of any character whatsoever brought or asserted for injuries to or death
of any person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page,
attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
SA 09/01 /06
4
holding shall not invalidate or render unenforceable any other provision of this Agreement.
17. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all
Contractors whose performance of work under this Agreement does not involve the delivery of a
specific end product other than reports that are merely incidental to the performance of said work.
Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that:
A. As of the date of this Agreement:
1. Contractor does not knowingly employ or contract with an illegal alien; and
2. Contractor has participated or attempted to participate in the basic pilot
employment verification program created in Public Law 208, 104th
Congress, as amended, and expanded in Public Law 156, 108th
Congress, as amended, administered by the United States Department of
Homeland Security (the `Basic Pilot Program") in order to verify that
Contractor does not employ any illegal aliens.
B. Contractor shall not knowingly employ or contract with an illegal alien to
perform works under this Agreement or enter into a contract with a
subcontractor that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an illegal alien to perform work under this
Agreement.
C. Contractor shall continue to apply to participate in the Basic Pilot Program and
shall in writing verify same every three (3) calendar months thereafter, until
Contractor is accepted or the public contract for services has been completed,
whichever is earlier. The requirements of this section shall not be required or
effective if the Basic Pilot Program is discontinued.
D. Contractor is prohibited from using Basic Pilot Program procedures to
undertake pre -employment screening of job applicants while this Agreement is
being performed.
E. If Contractor obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien,
Contractor shall:
1. Notify such subcontractor and the City within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting
with an illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor
does not cease employing or contracting with the illegal alien; except that
Contractor shall not terminate the contract with the subcontractor if during
such three days the subcontractor provides information to establish that
SA 09/01/06
5
the subcontractor has not knowingly employed or contracted with an illegal
alien.
F. Contractor shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department') made in the course
of an investigation that the Department undertakes or is undertaking pursuant
to the authority established in Subsection 8-17.5-102 (5), C.R.S.
G. If Contractor violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this
Agreement. If this Agreement is so terminated, Contractor shall be liable for
actual and consequential damages to the City arising out of Contractor's
violation of Subsection 8-17.5-102, C.R.S.
H. The City will notify the Office of the Secretary of State if Contractor violates this
provision of this Agreement and the City terminates the Agreement for such
breach.
18. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit D, consisting of two (2) pages,
attached hereto and incorporated herein by this reference.
SA 09/01 /06
6
City Clerk
AS TO
9,wtitte,e�.e - a
CORPORATE SECRETARY
CITY OF FORT COLLINS, COLORADO
a municipal corporation
Jame B. O'Neill II, CPPO, FNIGP
Direct f Purchasing and Risk Management
Date: 6 ( O--)
Aragon Iron & Metal, Corp
Date: S'',-3/�o7
(Corporate Seal)
SIDENT
SA 09/01 /06
7
EXHIBIT A
SCOPE OF WORK
1. Actual weights available will vary; the City will contact Service Provider for pickups as
needed. Scrap market prices in effect at the time of notification will prevail.
2. Service Provider must provide all labor and equipment necessary to remove all Scrap
Metal from City facilities per the following conditions and specifications listed in this
Scope of Work.
3. Service Provider will be responsible for providing appropriate hauling vehicles of
sufficient capacity to carry all loads safely and in accordance with applicable state and
federal highway and transportation requirements.
4. Service Providerwill be responsible for providing appropriate storage/pickup bins forthe
separate material categories at each participating City department location.
5. Service Providerwill be responsible for loading all scrap metal from storage bins into an
appropriate vehicle. The loading of Scrap Metals will be performed at the direction of
Service Provider who will be responsible for determining load capacity and placement.
6. Service Provider will be responsible for any and all cleanup in and around storage bins.
7. All Scrap Metals are sold on an AS -IS, WHERE -IS basis.
8. Service Provider must submit payment of funds by check made out to City of Fort
Collins. NO CASH PAYMENTS ARE ACCEPTABLE. Service Providerwill mail checks
as frequently as bi-weekly (every two weeks) if needed, to the following City locations:
A. Purchasing Division for all Departments EXCEPT FOR UTILITIES (which
includes Utilities Warehouse/Light & Power, Water Meter Shop, Water
Department, and Stormwater). Checks are to go to the address below):
City of Fort Collins Purchasing Division
P.O. Box 580
Fort Collins, CO 80522
B. Utilities checks (which includes Utilities Warehouse/Light & Power, Water
Meter Shop, Water Department, and Stormwater) are to go to the address
below):
City of Fort Collins Utilities
700 Wood Street
Fort Collins, CO 80521
Attn: Jo Ann Frick
SA 09/01/06
8
C. All checks issued to the City are to be accompanied by a printed report that
recaps the following information BY DEPARTMENT (MS Excel or MS Word is
acceptable; see sample report in Exhibit D):
i. Date Sold
ii. Material Sold
iii. Weight Sold
iv. Price per pound paid
V. Check total, BY DEPARTMENT
D. Reports are also to be e-mailed in electronic format (MS Excel or MS Word
is acceptable; see sample report in Exhibit D). Emailed reports are to be sent
to purchasing(@fcgov.com , with a copy to ebonnetteafcgov.com . All materials
sold by the City (including Utilities, both by pickups and direct dropoffs) are to be
reported on the bi-weekly electronic reports submitted to Purchasing.
E. For bi-weekly periods with no scrap pickups or deliveries; Service Provider will
please send a courtesy e-mail to purchasing(�i)fcgov.com with a copy to
ebonnetteafcgov.com stating that there was no activity for this period.
9. Utilities will occasionally have large shipments of scrap metals that will be dropped off
directly by the crews to Service Provider. Crews need to receive a Weight Ticket at time
of dropoff. The corresponding Checks and Reports (see #8, above) are to reference the
Weight Ticket Number for these drop-offs, so that the transactions can be tied together
for reporting purposes.
10. All Scrap Metals will be weighed on the Service Provider's Certified scale. Such
weighing will be considered final in producing actual scrap weight values. The City
requires proof of current Scale Certification with vendor's bid submission; and again
upon any annual award Renewals.
11. Scrap Metal removal operations must occur between the hours of 9 a.m. and 2 p.m.
Monday through Friday, excluding City government holidays.
12. Service Provider must remove Scrap Metals within two (2) business days after
notification from City departmental representative for material pick-up. Removal
operations must be coordinated in advance with the City departmental representative
.(see List provided). NOTE: Rapid response is required for high volume -generating
Departments (such as Utilities).
13. The City will reserve the right to do periodic Service Provider Site Audits and/or to verify
load weights. The City reserves the right to audit Service Provider scrap metal prices
paid, at any time.
14. Special pickups may be required for large infrequent items such as metal utility poles,
and scrapped vehicles. These items may require large flatbed trucks, in lieu of bins.
Also, City work crews may drop off loads of scrap metal direct from a jobsite to Service
Provider's business location.
15. All personnel, property and equipment liabilities associated with loading and removal
operations will be the sole responsibility of the Service Provider.
SA 09/01 /06
9