HomeMy WebLinkAboutRMB RECYCLING CENTER - CONTRACT - BID - 8511 SALE OF CITY SURPLUS SCRAP METALSSERVICES 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 ROCKY MOUNTAIN BATTERY SERVICE OF FORT COLLINS
INC. doing business as RMB RECYCLING CENTER, hereinafter referred to as "Service
Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows:
1. 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. Irrespective of references in Exhibit A to certain
named third parties, Service Provider shall be solely responsible for performance of all
duties hereunder.
2. Contract Period. This Agreement shall commence June 10, 2017, and shall continue in
full force and effect until June 9, 2018, 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 and pricing changes
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 thirty (30) days prior to contract
end.
3. Delay. 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 the following addresses:
Service Provider: City: Copy to:
RMB Recycling Center
Attn: Dean Hoag
1475 N. College Ave.
Fort Collins, CO 80524
dean@rmbrecycling.com
City of Fort Collins
Attn: Steve Serna
PO Box 580
Fort Collins, CO 80522
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 1 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
In the event of early termination by the City, the Service Provider shall be paid for services
rendered 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 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, as per the attached Exhibit
"C", consisting of three (3) pages, and incorporated herein by this reference.
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. Subcontractors. Service Provider may not subcontract any of the Work set forth in the
Exhibit A, Statement of Work without the prior written consent of the city, which shall not
be unreasonably withheld. If any of the Work is subcontracted hereunder (with the
consent of the City), then the following provisions shall apply: (a) the subcontractor must
be a reputable, qualified firm with an established record of successful performance in its
respective trade performing identical or substantially similar work, (b) the subcontractor will
be required to comply with all applicable terms of this Agreement, (c) the subcontract will
not create any contractual relationship between any such subcontractor and the City, nor
will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work
of the subcontractor will be subject to inspection by the City to the same extent as the
work of the Service Provider.
9. 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 responsibilities nor delegate any duties arising under the Agreement without the prior
written consent of the City.
10. 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.
11. Warranty.
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
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 2 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
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.
12. 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.
13. 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-defaulting party for the non-defaulting party's reasonable
attorney fees and costs incurred because of the default.
14. 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.
15. 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
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 3 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
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 Purchasing Director, 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.
16. 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.
17. 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 holding shall not invalidate or render unenforceable any other provision
of this Agreement.
18. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et.
seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal alien who
will perform work under this Agreement; and
2. Service Provider will participate in either the e-Verify 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 “e-Verify Program”) or the Department Program (the
“Department Program”), an employment verification program established pursuant
to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of
all newly hired employees to perform work under this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this
Agreement.
c. Service Provider is prohibited from using the e-Verify Program or Department Program
procedures to undertake pre-employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
1. Notify such subcontractor and the City within three days that Service Provider 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
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 4 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
the notice required pursuant to this section the subcontractor does not cease
employing or contracting with the illegal alien; except that Service Provider shall
not terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Service Provider 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.
f. If Service Provider 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, Service Provider shall be liable for actual and
consequential damages to the City arising out of Service Provider’s violation of
Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates this
provision of this Agreement and the City terminates the Agreement for such breach.
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 5 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul
Purchasing Director
DATE:
ROCKY MOUNTAIN BATTERY SERVICE OF
FORT COLLINS INC. doing business as RMB
RECYCLING CENTER
By:
Printed:
Title:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 6 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
5/2/2017
Dean Hoag
President
5/8/2017
EXHIBIT A
SCOPE OF SERVICES
GENERAL SPECIFICATIONS/REQUIREMENTS:
1. Actual weights available will vary; the City will contact the awarded vendor for pickups as
needed. Scrap market prices in effect at the time of notification will prevail.
2. The awarded vendor must provide all labor and equipment necessary to remove all
Scrap Metal from City facilities per the stated conditions and specifications.
3. The awarded vendor will be responsible for providing appropriate hauling vehicles of
sufficient capacity to carry all loads safely and in accordance with applicable local, state
and federal highway and transportation requirements.
4. The awarded vendor will be responsible for providing appropriate storage/pickup bins for
the separate material categories at each participating City department location.
5. The awarded vendor will be responsible for loading all scrap metal from storage bins into
an appropriate vehicle. The loading of Scrap Metals will be performed solely by the
awarded vendor who will be responsible for determining load capacity and placement.
6. The awarded vendor 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. Payments: All payments are to be paid by check made out to City of Fort Collins.
NO CASH PAYMENTS ARE ACCEPTABLE.
9. Awarded vendor will issue individual checks for each department and reports bi-weekly
(every two weeks) to the City. All checks for the Utilities Departments (Light & Power,
Water Department, Water Meter Shop) are to be mailed together every two weeks to the
Utilities Warehouse, 700 Wood Street, Fort Collins, CO 80521. All checks for all other
City Departments are to be mailed together every two weeks to the Purchasing
Department, PO Box 580, Fort Collins, CO 80522.
10. The bi-weekly report will be submitted electronically by the awarded vendor in MS Excel.
The submittal will be to purchasing@fcgov.com ; with a copy to ebonnette@fcgov.com .
11. All Scrap Metals will be weighed on the awarded vendor’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 contract renewals.
12. Scrap Metal removal operations must occur between the hours of 9 a.m. and 2 p.m.
Monday through Friday, excluding City government holidays; unless City departmental
contact requests pickup outside these hours.
13. Awarded vendor must remove Scrap Metals within two (2) business days after
notification from City departmental representative for material pickup. Removal
operations must be coordinated in advance with the City departmental representative
(see List provided in this Bid Document). Rapid response is required for high volume-
generating Departments.
14. The City reserves the right to perform periodic Site Audits and/or to verify load weights
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 7 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
with reasonable prior notification. In addition, the City will be verifying scrap market
prices paid by awarded vendor to confirm compliance with the metals indexes stated in
the Bid and contract. The City reserves the right to audit vendor scrap prices paid to the
City with reasonable prior notice.
15. 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 job site to the
awarded vendor’s business location.
16. All personnel, property and equipment liabilities associated with loading and removal
operations will be the sole responsibility of the awarded vendor.
17. This Bid applies to any loads of scrap that become available while this award is valid.
Other City departments may participate; but the departments listed below are the
primary participants. Additionally, other affiliated local government agencies such as the
Poudre Fire Authority and the Poudre River Public Library District may contact the
awarded vendor to participate under the City’s awarded contract.
18. The awarded vendor shall provide a single point of contact to the City to handle any
additional pickups or missed deliveries, and notify the City immediately if there is a
contact change. The awarded vendor shall also provide a single point of contact to the
City to handle any billing issues.
19. Below are listed the primary participating City Departments, their location, their
Departmental Representative, Contact Number, and Bins Required:
Department/Location Contact Bins Required
Parks Shop, 413 S Bryan
Ave
Caitlin May 556-4349
cmay@fcgov.com
Steel
Streets Department, 625
Ninth Street
Becky Sullivan 416-2091
bsullivan@fcgov.com
Aluminum signs,
miscellaneous scrap
Aluminum, Steel
Traffic Operations, 626
Linden Street
Sandy Aragon, 221-6103
saragon@fcgov.com
Aluminum, Steel (Traffic Poles)
Utilities Warehouse/
Light & Power, 701
Wood Street
Steve Serna, 221-6709;
sserna@fcgov.com
Dan Hofeling, 217-9494
dhofeling@fcgov.com
Steel, #1 Copper, #1 Copper
wire (insulated ), Aluminum
wire (insulated), Aluminum
(misc sheet)
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 8 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
Fleets Shop, 835 Wood
Street
Shane Armfield,
221-6290
sarmfield@fcgov.com
Steel (misc auto/truck parts)
Operations Services
Warehouse, 518 N.
Loomis Street
Mariano (Joe) Cruz,
224-6014
mcruz@fcgov.com
Steel
Water Meter Shop, 700
Wood Street
Rod Michael, 221-6759
rmichael@fcgov.com
Brass, Copper/Brass Mix
(Water Meters)
Water Department, 700
Wood Street
Steve Serna, 221-6709;
sserna@fcgov.com
Dan Hofeling, 217-9494
dhofeling@fcgov.com
Ductile Iron Pipe & Fittings,
Fire Hydrants, Steel
20. Other Duties As Assigned: In the course of this Services Agreement, Service Provider
may be requested by the City to perform other related duties within their capability, such
as:
a. Wood pallet recycling
b. Wood cable or wire reel or spool recycling
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 9 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
EXHIBIT B
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 reduce coverage or limits and
will not be cancelled, except after thirty (30) 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:
1. 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 $1,000,000 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.
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 10 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 11 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
EXHIBIT C
COMPENSATION
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 12 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 13 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1
Services Agreement
8511 Sale of City Surplus Scrap Metals
Page 14 of 14
DocuSign Envelope ID: 2081E79E-6D3B-4A4D-B7BB-17808E76DFE1