HomeMy WebLinkAboutContract 46220CITY SECRETARY ll( "7 Ar) CONTRACT NO • ...-...!..L ..... P ll.....;;......,t-V __
CONTRACT
Between
CITY OF FORT WORTH
and
UNIVERSAL RECYCLING
TECHNOLOGIES, LLC
For
ANNUAL CONTRACT FOR PACKAGING, TRANSPORTATION,
AND DISPOSAL OF VARIOUS LAMPS, BALLASTS,
AND ELECTRONIC WASTES
ENV 14-06: ELW
Transportation & Public Works Department
Environmental Management Division
November 2014
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
RECEIVED DEC o 8 A.M
STA TE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOWN ALL BY THESE PRESENTS
ANNUAL CONTRACT FOR PACKAGING , TRANSPORTATION , AND DISPOSAL
OF VARIOUS LAMPS , BALLASTS , AND ELECTRONIC WASTES
ENV 14-06: ELW
This Contract is entered into by and between the City of Fort Worth , a home-rule
municipality located within Tarrant , Denton , Parker, and Wise Counties , Texas ("City"),
acting through Fernando Costa , its duly authorized Assistant City Manager, and
Universal Recycling Technologies , LLC ("Contractor"), acting through James Cornwell ,
its duly authorized President. City and Contractor may be referred to herein individually
as a Party, or collectively as the Parties.
WITNESS ETH :
That for and in consideration of mutual covenants and agreements herein contained ,
the Parties hereto mutually agree as follows:
1.
DEFINITIONS
In this contract , the following words and phrases shall be defined as follows ;
Contract Documents means th is contract , the Invitation to Bid , Request for Proposals ,
Request for Qualifications , or similar, all attachments , amendments , and appendices , all
documents submitted with Contractor's response to the 1TB, RFP , or RFQ, and any
contract amendments , change orders , task orders or other documents related to the
substance of this cont ract.
Hazardous materials means those materials defined as hazardous by the Hazardous
Materials Transportation Act , 49 U.S .C. § 1801 et seq.
Hazardous substance means any substance designated pursuant to 33 U .S .C . § 1321
(b)(21 )(A); any element, compound , mixture, solution , or substance designated
pursuant to 42 U.S.C. § 6921 , the So lid Waste Disposal Act (but not including any
waste the regulation of which under the Sol id Waste Disposal Act has been suspended
by Act of Congress ; any toxic pollutant listed under 33 U.S.C. § 131 ?(a); any hazardous
air pollutant listed under 42 U.S .C . § 7412 , the Clean Air Act ; and any imminently
hazardous chemical substance or mixture with respect to wh ich the Admin istrator has
taken action pursuant to 15 U.S .C. § 2606 . The term does not include petroleum ,
Light Bulb and Electronic Waste Re cycl ing Con tract
Unive rsal Recycling Te chnolog ies, LLC
Page 1 of 21
including crude oil substance under any of the above references , and the term does not
include natural gas , natural gas liquids, liquefied natural gas, or synthetic gas usable for
fuel (or mixtures of natural gas and such synthet ic gas).
Hazardous Waste means any solid waste identified or listed as a hazardous waste by
the administrator of the United States Environmental Protection Agency pursuant to the
federal Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act , 42 U.S.C . §§6901 et seq., as amended.
Notice to Proceed means the official letter issued by the City that authorizes Contractor
to begin work .
Oil means any kind of oil in any form , including , but not limited to, petroleum, fuel oil,
crude oil, or any fraction thereof which is liquid at standard conditions of temperature
and pressure , sludge , oil refuse, and oil mixed with waste .
Order of Cessation means notice, either oral or written, from the City's Representative
to immediately halt further work under this Contract.
Pollutant means dredged spoil; solid waste ; incinerator residue; filter backwash ; sewage
(including sewage from boats); garbage; sewage sludge; munitions; medical wastes;
chemical wastes ; biological materials; toxic materials ; rad ioactive materials; heat,
wrecked or discarded equipment ; rock; sand; cellar dirt; industrial, municipal ,
recreational, agricultural and other waste ; and certain characteristics of wastewater
(e .g ., pH, temperature , TSS, turbidity, color, BOD, COD, toxicity , or odor).
Responsible Party means the owner or operator of a vehicle , pipeline , or facility from
which there has been a release or a threatened release of toxic or hazardous
substances , materials , or wastes; oil or petroleum substance; pollutants; or
contaminants.
Subcontract means a contract between t he Contractor for this project and another
person or company for any task defined in the scope of work . A purchase order is also
considered a subcontract.
Task Order means notice to Contractor in writing , issued by the City, directing the
Contractor to perform specific services within the scope of this contract.
TSCA means the federal Toxic Substances Control Act including all amendments and
implementing regulations .
2.
SCOPE OF CONTRACTOR'S SERVICES
Contractor hereby agrees to perform as an independent contractor the services set forth
in the Scope of Work attached hereto as Attachment "A ".
Light Bulb and Electronic Waste Recycling Contract
Universal Recycling Technologies , LLC
Page 2 of 21
3.
COMPENSATION
Section 1.
Fee Schedule.
City and Contractor agree to the unit prices, labor rates, and other costs as specified in
this contract. Contractor shall be compensated in accordance with the Fee Schedule
shown in Attachment "B". Payment shall be considered full compensation for all labor,
materials, supplies, and equipment necessary to complete the services described in
Attachment "A".
The total fee paid by the City shall not exceed a total of thirty thousand dollars
($30,000.00) and the City will not be liable for any Contractor fees, costs, or other
remuneration in excess of this amount unless the City has signed and issued a formal
duly authorized amendment or modification to this contract.
Section 2.
Invoice and Payment.
The Contractor shall provide timely invoices following each service activity to the City .
All invoices must include the City Purchase Order number, generator address , date of
service, and itemization of waste types collected, quantities , and unit prices. Contractor
must provide along with the invoice, a completed waste manifest and certificate of
destruction or recycling .
Payment for services rendered shall be due within thirty (30) days of the uncontested
performance of the particular services so ordered and receipt by City of Contractor's
invoice for payment of same. In the event of a disputed or contested billing, only that
portion so contested may be withheld from payment, and the undisputed portion will be
paid . No interest will accrue on any contested portion of the billing until mutually
resolved. City will exercise reasonableness in contesting any billing or portion thereof.
Contractor shall receive no additional compensation for work delays or hindrances
except when direct and unavoidable extra costs to the Contractor are caused by the
City 's gross negligence .
4.
TERM
This term of this contract shall be for a period of one (1) year beginning on November 4,
2014 or on the date of execution by the City Secretary, whichever is later, and may be
extended by subsequent agreement of both parties for two (2) additional periods of one
(1) year each for a total of three (3) years. The contract prices resultant from this
solicitation shall prevail for the full duration of the initial twelve month term. For
subsequent renewals all conditions, terms, and pricing shall remain the same as stated
Light Bulb and Electronic Waste Recycling Contract
Un iv ersal Recycling Technologies , LLC
Page 3 of 21
in the original contract unless otherwise agreed upon in writing by both parties in a duly
authorized contract amendment.
This is a non-exclusive contract. The City , in its sole discretion, may use other
providers or its own employees for the services described in this contract.
5.
INDEPENDENT CONTRACTOR
The City agrees to hire Contractor as an independent contractor, and not as an officer,
servant, or employee of the City. Contractor shall have the exclusive right to control the
details of the work performed hereunder, and all persons performing same , and shall be
solely responsible for the acts and omissions of its officers, agents, employees, and
subcontractors . Nothing herewith shall be construed as creat ing a partnership or joint
venture between the City and Contractor, its officers , agents, employees, and
subcontractors; and the doctrine of respondeat superior has no application as between
the City and Contractor.
6.
INDEMN IFICATION
A. The following words and phrases shall be defined as follows :
1. "Environmental Damages " shall mean all damages , losses , diminished
values , claims , judgments, penalties , fines , liabilities, encumbrances ,
liens, costs, expenses of investigation , and the defense of any claim ,
whether or not such claim is ultimately defeated, results in a judgment or
order of any kind, or is resolved by any good faith settlement, and of
whatever kind or nature, direct or indirect, tangible or intangible,
compensatory , exemplary, or punitive, economic or non-economic,
contingent or otherwise , matured or unmatured , foreseeable or
unforeseeable, to the City and any third parties , including without limitation
reasonable attorney's and consultant's fees , any of the foregoing which
are incurred as a result the Contractor's work , or due to negligence , or
arising from a violation of any Environmental Requirements, or arising
from strict liability, or an intentional tort, and whether any of the foregoing
are attributable to the Contractor, a Subcontractor, a vendor, employee,
agent, successor, or assignee and including by way of example but not
limited to :
a . Damages for personal injury or death, pain and suffering , mental
or emotional distress , injury to property of any kind or to natural
resources , environmental contamination, or the loss of use or
value of property ;
Light Bulb and Electronic Waste Recycling Contract
Universal Recycling Technologies , LLC
Page 4 of 21
b. Fees incurred for the services of attorneys , consultants ,
engineers , contractors , experts , laboratories , and investigators
related to any studies , cleanup , remediation , removal , response ,
abatement, containment, closure , restoration , monitoring work ,
civil or criminal defense , or the recovery of any othe r costs ; and
c. Liability , claims , or judgments to any third persons or
governmental agencies in connection with the items referenced
herein .
d . Fines, penalties , costs, agreed orders , or settlements to any
federal , state , or local government for violations of environmental
laws, permits , standards , or regulations.
2. "Environmental Requirements " shall mean standards for the allowable or
permissible levels , concentrations , or amounts of materials ; all applicable
present and future statutes , regulations , rules , permits , plans , or
authorizations of all governmental agencies, departments , commissions ,
boards , bureaus, or ins t rumentalities of the United States , states , and
political subdivisions thereof; and all applicable judicial , administrative ,
and regulatory decrees, judgments , and orders; and all common law
causes of action; all of the above relating to the protection of human
health or the environment and being inclusive of, but not limited to:
a. All requirements , including , but not limited to , those pertaining to
reporting , licensing , permitting , facilities , sites , operations ,
emissions , discharges , releases , or threatened releases of
wastes , substances , materials , pollutants , contaminants ,
hazardous wastes, petroleum products , toxic substances ,
materials , or other any other regulated or harmful substances
whether solid , liquid , or gaseous into the air , surface water ,
groundwater, storm water , or land , or relating to the manufacture ,
processing , distribution , use , treatment , sto rage , d isposal ,
transport, or handling of elements , compounds , materials ,
substances , pollutants , contaminants , or hazardous or toxic
materials , substances , or was tes , whether solid, liquid , or
gaseous in nature; and
b. All requirements , including , but not limited to , those pertaining to
reporting , licensing, permitting , fac ilities , sites , operations ,
emissions , discharges , releases , or threatened releases of
radioactive materials or radiation or electromagnetic fields.
c . All requirements pertaining to the protection of the environment ,
natural resources , the health a nd safety of employees or the
public; and
Light Bulb and Electronic W aste Re cycling Contract
Un iversal Rec ycling Te chno logie s, LLC
Page 5 of 21
d. Citizen suits authorized by any federal or state law ; and
e. All common law causes of action related to health, safety, natural
resources, and the environment.
8. Environmental Indemnification. CONTRACTOR AGREES TO INDEMNIFY,
HOLD HARMLESS, RELEASE, REIMBURSE, AND DEFEND, THE CITY, ITS
OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL:
1) ENVIRONMENTAL DAMAGES, AS DEFINED HEREIN, THAT ARE
RELATED TO ANY ENVIRONMENTAL REQUIREMENTS AS DEFINED
HEREIN, INCLUDING ANY ACTS, OMISSIONS, OR LIABILITIES (INCLUDING
STRICT LIABILITY) BY ANY PERSONS, AND
2) VIOLATIONS, ALLEGED VIOLATIONS, SUITS, OR CLAIMS RELATED TO
ANY ENVIRONMENTAL REQUIREMENTS AS DEFINED HEREIN, INCLUDING
ANY ACTS, OMISSIONS, OR LIABILITIES (INCLUDING STRICT LIABILITY)
BY ANY PERSONS.
C. General Indemnification. CONTRACTOR AGREES TO INDEMNIFY,
RELEASE, HOLD HARMLESS, REIMBURSE, AND DEFEND, THE CITY, ITS
OFFICERS, AGENTS, AND EMPLOYEES FROM AND AGAINST ANY AND
ALL DAMAGES, LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF
ACTION THAT ARISE FROM THE CONTRACTOR'S OPERATIONS UNDER
THIS AGREEMENT WHETHER SUCH ARE CAUSED IN WHOLE OR IN PART
BY ANY ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS,
EMPLOYEES, SUBCONTRACTORS, SUCCESSORS, OR ASSIGNS, OR THE
CITY, AND WHETHER ARISING FROM NEGLIGENCE, INTENTIONAL TORT,
VIOLATION OF A LAW OR DUTY TRIGGERING STRICT LIABILITY, OR BY
THE INFRINGEMENT OF ANY PERSON'S PROPERTY, LEGAL, OR
CONSTITUTIONAL RIGHT.
D. Express Negligence: SUBJECT ONLY TO THE LIMITATIONS PROVIDED BY
SECTION 2254.0031 OF THE TEXAS GOVERNMENT CODE, IT IS THE
INTENTION OF THE PARTIES THAT THE TERMS OF THIS INDEMNITY
AGREEMENT, INCLUDING THE GENERAL AND ENVIRONMENTAL
INDEMNITY PROVISIONS, SHALL APPLY EVEN IF SUCH INJURY, DEATH
OR PROPERTY DAMAGE IS CAUSED, IN WHOLE OR IN PART, BY THE
NEGLIGENCE, GROSS NEGLIGENCE, INTENTIONAL ACT OR OTHER
FAULT OF THE CITY OF FORT WORTH OR ITS EMPLOYEES, AGENTS,
OFFICERS, OFFICIALS, VOLUNTEERS, CONTRACTORS OR OTHER
PERSONS CONNECTED WITH, OR IN PRIVITY WITH, THE CITY OF FORT
WORTH.
Light Bulb and Electronic Waste Recycling Contract
Universal Recycling Technologies , LLC
Page 6 of 21
E . The obligations of the Contractor related to this general and environmental
indemnification shall include , but not be limited to , t he burden and expense of
reimbursing the City for all fees and costs for defending all claims , suits , and
administrative proceedings , even if such cla ims , suits or proceedings are
groundless , false , or fraudulent , and conducting all negotiations of any
description , and paying and discharging , when and as the same become due ,
any and all judgments , settlements, penalties or other sums due against such
indemnified persons .
F . Upon learning of a claim , lawsuit, or other liability which Contractor is required
hereunder to indemnify , contractor shall provide City with timely notice of same.
G . The obligations of the Contractor related to this indemnification shall survive the
expiration or termination of this Agreement and the discharge of all other
obligations owed by the parties to each other hereunder.
7 .
INSURANCE
The Contractor certifies it has , at a min imum , current insurance coverage as detailed
below and will maintain it throughout the term of this Contract. Prior to commenc ing
work , the Contractor shall deliver to City , certificates documenting this coverage . The
City may elect to have the Contractor submit its entire policy for inspection .
A. Insurance coverage and limits :
1. Commercial General Liability Insurance
$1 ,000 ,000 each occurrence ; $2 ,000 ,000 aggregate
2. Automobile Liability Insurance
Coverage on vehicles involved i n the work performed under th is contract:
$1 ,000 ,000 per accident on a combined single limit basis or: $500 ,000 bodily
injury each person ; $1 ,000,000 bodily injury each accident; and $250 ,000
property damage .
The named insured and employees of Contractor shal l be covered under this
policy. The City of Fort Worth shall be named an Additional Insured , as its
interests may appear. Liability for damage occurring while loading , unloading and
transport ing materials collected under the Contract shall be included under this
pol icy .
3 . Worker's Compensation
Coverage A: statutory lim its
Coverage B: $100 ,000 each accident
$500 ,000 disease -policy li mit
Li ght Bul b an d Electroni c W aste Recycl ing Con tr act
Universal Recy clin g Tec h nolog ies , LLC
Pa ge 7 of 21
$100 ,000 disease -each employee
4. Environmental Impairment Liability (Ell) and/or Pollution Liability $4,000 ,000 in
aggregate and per occurrence. Ell coverage(s) must be included in policies
listed in subsection 1 above ; or, such insurance shall be provided under separate
policy(s). Liability for damage occurring while loading, unloading and transporting
materials collected under the contract shall be included under the Automobile
Liability insurance or other policy(s).
5. NOTE: BETWEEN 1 AND 4 ABOVE , ANY POLLUTION EXPOSURE,
INCLUDING ENVIRONMENTAL IMPAIRMENT LIABILITY, ASSOCIATED WITH
THE SERVICES AND OPERATIONS PERFORMED UNDER THIS CONTRACT
SHALL BE COVERED; IN ADDITION TO SUDDEN AND ACCIDENTAL
CONTAMINATION OR POLLUTION , LIABILITY FOR GRADUAL RELEASES,
SPILLS , OR EMISSIONS AND ALL CLEAN-UP COSTS SHALL BE COVERED.
B. Certificates of Insurance evidencing that the Contractor has obtained all required
insurance shall be delivered to the City prior to Contractor proceeding with the
Contract.
1. Applicable policies shall be endorsed to name the City an Additional Insured
thereon , as its interests may appear. The term City shall include its employees ,
officers , officials , agents, and volunteers as respects the Contracted services ..
2 . Certificate(s) of Insurance shall document that insurance coverage specified
herein are provided under applicable policies documented thereon .
3. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements.
4 . A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the City. A ten (10) days notice shall be acceptable
in the event of non-payment of premium . Such terms shall be endorsed onto
Contractor's insurance policies . Notice shall be sent to Department of Financial
Management Services -Risk Management Division, City of Fort Worth, 1000
Throckmorton Street , Fort Worth , Texas 76102.
5. Insurers for all policies must be authorized to do business in the state of Texas or
be otherwise approved by the City; and , such insurers shall be acceptable to the
City in terms of their financial strength and solvency .
6 . Deductible limits, or self-insured retentions , affecting insurance required herein
shall be acceptable to the City in its sole discretion ; and , in lieu of traditional
insurance , any alternative coverage maintained through insurance pools or risk
retention groups must be also approved . Dedicated financial resources or Letters
of Credit may also be acceptable to the City .
Light Bulb and Electronic Waste Recycling Contract
Universal Re cycli ng Technologies , LLC
Page 8 of 21
7. Applicable policies shall each be endorsed with a waiver of subrogation in favor
of the City as respects the Contract.
8. The City shall be entitled, upon its request and without incurring expense , to
review the Contractor's insurance policies including endorsements thereto and, at
the City's discretion; the Contractor may be required to provide proof of insurance
premium payments .
9. The Commercial General Liability insurance policy shall have no exclusions by
endorsements unless the City approves such exclusions.
10 . The City shall not be responsible for the direct payment of any insurance
premiums required by the contract. It is understood that insurance cost is an
allowable component of Contractor's overhead.
11 . All insurance required above shall be written on an occurrence basis in order to
be approved by the City.
12. Subcontractors to the Contractor shall be required by the Contractor to maintain
the same or reasonably equivalent insurance coverage as required for the
Contractor. When subcontractors maintain insurance coverage , Contractor shall
provide City with documentation thereof on a certificate of insurance.
Notwithstanding anything to the contrary contained herein, in the event a
subcontractor's insurance coverage is canceled or terminated , such cancellation
or termination shall not constitute a breach by Contractor of the contract.
8 .
BONDS
A. Payment and Performance Bonds . Before beginning the work on any Public
Works Contract as defined in TX. Loe . Gov't. Code Section 2253 , the Contractor
shall be required to execute to the City of Fort Worth, a payment bond if the
contract is in excess of $25 ,000, and a performance bond if the contract is in
excess of $100 ,000. The payment bond is solely for the protection and use of
payment bond beneficiaries who have a direct contractual relationship with the
Contractor or subcontractor to supply labor or material ; and in 100% the amount
of the Contract. The performance bond is solely for the protection of the City of
Fort Worth ; in 100% the amount of the Contract ; and conditioned on the faithful
performance by Contractor of the work in accordance with the plans ,
specifications , and contract documents. Contractor must provide the payment
and performance bonds , in the amounts and on the conditions required , within 14
calendar days after Notice of Award.
Light Bulb and Electronic Waste Recycling Contract
Un iversal Recycling Technologies , LLC
Page 9 of 21
B. Requirements for Sureties . The bonds shall be issued by a corporate surety duly
authorized and perm itted to do business in the State of Texas that is of sufficient
financial strength and solvency to the satisfaction of the City. The surety must
meet all requirements of Article 7.19-1 of the Texas Insurance Code . All bonds
furnished hereunder shall meet the requirements of Chapter 2253 of the Texas
Government Code , as amended.
In addition , the surety must (1) hold a certificate of authority from the United
States Secretary of the Treasury to qualify as a surety on obligations permitted or
required under federal law; or (2) have obtained reinsurance for any liability in
excess of $100 ,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from
the Untied States Secretary of the Treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such
reinsurance shall be provided to the City upon request. The City , in its sole
discretion , will determine the adequacy of the proof required herein .
No sureties will be accepted by the City that are at the time in default or
delinquent on any bonds or which are interested in any litigation against the City.
Should any surety on the Contract be determined unsatisfactory at any time by
the City , notice will be given to the Contractor to that effect and the Contractor
shall immediately provide a new surety satisfactory to the City .
9.
WARRANTY
Contractor shall perform and warrant that all work and work products shall conform to
that degree of skill , care , quality, and diligence as provided by other highly competent
providers and practitioners in the state of Texas , under similar circumstances, and
taking into consideration the contemporary state of the art in the field. Approvals or
payments by the City or another entity shall not constitute or be deemed to be a release
of the responsibility and liability of Contractor or its officers , agents, employees,
contractors and subcontractors for the adequacy and competency of its services
performed hereunder.
10 .
DEFAULT AND TERMINATION
A Contractor shall not be deemed to be in default because of any failure to perform
in a timely manner under this contract , if the failure arises from acts of God, acts
of the public enemy , fires , epidemics, quarantine restrict ions, labor strikes , freight
embargoes , and unusually severe weather , except however that Contractor shall
take all reasonable measures to mitigate any delays and costs. The City in all
circumstances reserves the right to obtain performance of the services
anticipated by this contract from another Contractor at its sole discretion for any
reason and such an act will not be deemed to be a breach by the City.
Light Bulb and Electronic Waste Recycling Contract
Universal Re cycli ng Technolog ies , LLC
Page 10 of21
B. If the failure to perform is caused by the failure of a subcontractor of Contractor's
to perform, and if such failure was beyond the control of both the Contractor and
the subcontractor, without their fault or negligence , Contractor shall not be
deemed to be in default unless the subcontracted supplies or services were
reasonably obtainable from other sources .
C . If Contractor fails to begin work herein provided for within the time specified
above , or to complete such work within the time specified above , within the true
meaning of this contract , City shall have the right to take charge of and complete
the work in such a manner as it may deem appropriate . If City exceeds the costs
detailed in the attached documents , City may deliver to Contractor a written
itemized statement of the total excess costs , and Contractor shall reimburse City
for such excess costs w ithout delay .
D. Alternatively , if at any time during the term of this contract the work of Contractor
fails to meet the specifications of the contract documents , City may notify
Contractor of the deficiency in writing . Failure of Contractor to correct such
deficiency and complete the work required under this contract to the satisfaction
of City within ten days after written notification shall result in termination of this
contract. All costs and attorneys fees incurred by City in the enforcement of any
provision of this contract shall be paid by Contractor.
E. City may terminate this Contract with or without cause upon written notice to
Contractor, provided that such termination shall be without prejudice to any other
remedy the City may have. In the event of termination , any work in progress will
continue to completion unless specified otherwise in the notice of termination .
The City shall pay for any such work in progress that is completed by Contractor
and accepted by the City.
F. The remedies provided for herein are in addition to any other remedies available
to City elsewhere in th is contract.
11.
LICENSES AND PERMITS
Contractor certifies and warrants that on the day any work is to commence under this
contract and during the duration of the contract it shall have and maintain all of the
current, valid , and appropriate federal , state , and local licenses and permits necessary
for the provision of services under this contract.
Contractor also certifies that if it uses any subcontractor in the performance of this
contract , that such subcontractor shall have and maintain all of the current , valid , and
appropriate federal , state, and local licenses and permits necessary for the provision of
services under this contract.
Light Bulb and Electroni c Waste Recycling Contract
Universal Recycling Technologies , LLC
Page 11 of21
12 .
OBSERVE AND COMPLY
Contractor shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect this
Agreement and the work hereunder, and shall observe and comply with all orders, laws
ordinances and regulations which may exist or may be enacted later by governing bodies
having jurisdiction or authority for such enactment. No plea of misunderstanding or
ignorance thereof shall be considered . Contractor agrees to defend, indemnify and hold
harmless City and all of its officers, agents and employees from and against all claims or
liability arising out of the violation of any such order, law, ordinance, or regulation, whether
it be by itself or its employees.
13.
MODIF ICATION
No amendment or modification of this Contract shall be binding on the Contractor
or the City unless set out in writing and signed by both parties. No amendment or
modification shall be binding upon the City unless signed by the City Manager or an
Assistant City Manager of the City of Fort Worth. Any changes to the scope of work or
compensation must be in the form of a written, formal , authorized modification of this
contract that is in accordance with all applicable state and city laws , regulations, and
ordinances.
In no event shall any verbal authorization changing the scope of work or verbal
agreements for additional compensation be binding upon the City. Contractor expressly
agrees a) not to make changes to its legal , financial, or logistical position on any matter
based on any oral representation by an employee, contractor, or agent of the City prior
to obtaining a written modification to this contract ; b) that it waives any claim based
upon reliance or estoppel as a result of acting or not acting due to an alleged oral
change to a material term of this contract from the City, its employees, contractors, or
agents ; and c) that it waives any claim for compensation for work performed based
upon an alleged oral change to a material term of this contract from the City, its
employees , or agents .
14 .
RIGHT TO AUDIT
City and Contractor agree that , until the expiration of three (3) years after the final
payment under this Contract , the City shall have access to and the right to examine any
directly pertinent books , documents , papers and records of the Contractor involving
transactions relating to this Contract. Contractor further agrees to include in all its
subcontracts hereunder a provision to the effect that the subcontractor agrees that the
City shall, until the expiration of three (3) years after final payment under the
subcontract, have access to papers and records of such subcontractor involving
Light Bulb and Electronic Waste Recycling Contract
Universal Recycling Technologies , LLC
Page 12 of 21
transactions relating to the subcontract. The term "subcontract" as used herein includes
purchase orders.
15.
MINORITY AND WOMAN BUSINESS ENTERPRISE
(M/WBE) PARTICIPATION
In accordance with City Ordinance No. 20020 , the City has goals for the participation of
minority business enterprises and woman business enterprises ("M/WBE ") in City
contracts . Contractor acknowledges that no M/WBE goal has been established for this
Agreement. Any misrepresentation of facts (other than a negligent misrepresentation)
and/or the commission of fraud by the Contractor may result in the termination of this
Agreement and debarment from participating in City contracts for a period of time of not
less than three (3) years.
16.
NON-DISCRIMINATION
During the performance of this contract, Contractor shall not discriminate in its
employment practices and shall comply with all applicable provisions of Chapter 17,
Article Ill of the Code of the City of Fort Worth.
Contractor agrees not to discriminate against any employee or applicant for
employment because of because of age, race, color, religion, sex , disability, national
origin, sexual orientation, transgender, gender identity or gender expression in any
manner involving employment, including the recruitment of applicants for employment,
advertising , hiring, layoff, recall, termination of employment, promotion, demotion,
transfer, compensation, employment classification, training and selection for training or
any other terms , conditions or privileges of employment.
Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices setting forth the provisions of the non-discrimination clause.
Contractor also agrees that in all solicitations or advertisements for employees placed
by or on behalf of this contract , that Contractor is an equal opportunity employer.
Notices , advertisements , and solicitations placed in accordance with federal law , rule or
regulation shall be deemed sufficient for the purpose of meeting the requirements of this
section.
17.
GOVERNING LAW
The City and Contractor agree that the validity and construction of this contract shall be
governed by the laws of the State of Texas , except where preempted by federal law.
Light Bulb and Electronic Waste Recycling Contract
Un iversal Recycling Technologies , LLC
Page 13 of21
18 .
SEVERABILITY
The provisions of this contract are severab le ; and if for any reason any one or more of
the provisions conta ined herein are held to be invalid , illegal or unenforceable in any
respect , the invalid ity, illegality or unenforceability shall not affect any other provision of
this contract , and this contract shall remain in effect and be construed as if the invalid ,
illegal or unenforceable provision had never been contained in the contract.
19 .
RIGHTS AND REMEDIES NOT WAIVED
In no event shall the making by the City of any payment to Contractor constitute or be
construed as a waiver by the City of any breach of covenant , or any default which may
then exist , on the part of Contractor, and the making of any such payment by the City
while any such breach or default exists shall in no way impair or prejudice any right or
remedy available to the City with respect to such breach or default. Any waiver by either
party of any provision or condition of the contract shall not be construed or decreed to
be a waiver of any other provision o r condition of th is Contract, nor a waiver of a
subsequent breach of the same provis ion or condition , unless such waiver be
expressed in writing by the party to be bound .
20 .
VENUE AND JURISDICTION
If any action , whether real or asserted , at law or in equ ity, arises on the basis of any
provision of this Agreement, venue for such action shall lie in state courts located in
Tarrant County, Texas or the United States District Court for the Northern District of
Texas -Fort Worth Divis ion . Contractor affirms that it is subject to the jurisdiction of
said Courts and will not contest jurisdiction or venue as specified he rein having
consented in this agreement with full prior knowledge as to forum.
21 .
NOTICES
Any no t ices , bills , invoices or reports requi red by this cont ract shall be sufficient if sent
by the parties in the United States mail , postage pa id , to the address noted below:
Light Bulb and Elec tro nic W as te Re cycli ng Co ntract
Un ive rsa l Re cyc lin g T echno logies , LL C
Page 14 of 2 1
If to the City:
If to the Contractor:
Michael A. Gange, Assistant Director
Transportation and Public Works Department
City of Fort Worth
1000 Throckmorton
Fort Worth, Texas 76102 -6311
James Cornwell, President
Universal Recycling Technologies, LLC
731 Eight Twenty Blvd, Suite 200
Fort Worth , TX 76106
22.
ASSIGNMENT
The City and Contractor bind themselves and any successors and assigns to this
contract. Contractor shall not assign, sublet , or transfer its interest in this contract
without written consent of the City. Nothing herein shall be construed as creating any
personal liability on the part of any officer or agent of the City, nor shall it be construed
as giving any rights or benefits hereunder to anyone other than the City and Contractor.
If Contractor desires to subcontract any service(s) to be performed under this contract ,
Contractor agrees to obtain the City's written acceptance of such subcontractor(s)
before allowing any subcontractor(s) to perform designated service or services. Failure
of the Contractor to obtain the City's written acceptance of any and all of the
Contractor's subcontractors used in the performance of this agreement shall be grounds
for automatic termination. In addition, Contractor acknowledges that City may, at City 's
own discretion , perform on-site audits of all proposed subcontractors ' facilities in order
to determine acceptability of the Subcontractor(s).
23.
NO THIRD-PARTY BENEFICIARIES
This Agreement shall inure only to the benefit of the parties hereto and third persons not
privy hereto shall not , in any form or manner, be considered a third party beneficiary of
this Agreement. Each party hereto shall be solely responsible for the fulfillment of its
own contracts or commitments.
24.
CONTRACT CONSTRUCTION
The parties acknowledge that each party and, if it so chooses , its counsel have
reviewed and revised this Agreement and that the normal rule of construction to the
effect that any ambiguities are to be resolved against the drafting party must not be
employed in the interpretation of this Agreement or any amendments or exhibits hereto.
Light Bulb and Electroni c Waste Re cycl ing Contract
Unive rs al Recycling Technologie s , LLC
Pa ge 15 of 21
The paragraph headings contained herein are for the convenience in reference and are
not intended to define or limit the scope of any provision of this Contract.
25 .
ENTIRETY AND CONFLICTS
This contract, the contract documents , and any other documents incorporated by
reference herein are binding upon the parties and contain all the terms and conditions
agreed to by the City and Contractor, and no other contracts , oral or otherwise ,
regarding the subject matter of this contract or any part thereof shall have any validity or
bind any of the parties hereto . In the event of any conflict between this contract and any
other contract documents , then the terms of this contract shall govern.
26 .
AUTHORITY AND EXECUTION
By signing this contract Contractor warrants that it has had the opportunity 1) to
examine this contract in its entirety, 2) to have its legal counsel examine and explain the
content, terms, requirements, and benefits of this contract if Contractor so chooses , and
3) to negotiate the terms of this contract within the bounds of applicable law.
Having had the opportunity to submit its bid and also to specifically negotiate the terms
of this contract , Contractor agrees to be bound by this contract and expressly agrees to
the terms of this contract , including terms that may vary from those of the Invitation to
Bid or the Contractor's proposal.
The signatory to th is contract represents that he or she is legally authorized by the
Contractor to enter into a binding agreement on behalf of the Contractor.
The rema inder of this page is left intentionally blank
Light Bulb and Ele ctronic W aste Recyc ling Contract
Un iversal Re cycling Techno logi es , LLC
Page 16 of 21
ATTACHMENT A
SCOPE OF WORK
Contractor shall furnish all labor, materials, and equipment necessary for and have the
responsibility to provide storage and shipping containers, provide on-site pickup,
provide transportation, handle recycling and disposal, as applicable for a variety of
lights ; light ballasts, including those without PCBs and those that contain PCBs;
batteries; and other electronic waste ; including but not limited to :
• Fluorescent lamps (4 ' & 8')
• U-shaped fluorescent lamps
• Halogen Lamps
• Automotive headlights
• Incandescent bulbs
• Flood Lights
• Mercury vapor lamps
• Sodium vapor lamps
• Xenon bulbs
• Metal arc metal halide bulbs
• Crushed bulbs (caused by City of Fort Worth personnel only)
• Fluorescent light ballasts with PCBs
• Leaking fluorescent light ballasts with PCBs
• Fluorescent light ballasts without PCBs
• Liquid mercury for recycling
• Transformers, capacitors , and discarded electronic equipment
• Batteries , including NiCd, NiMH, Lithium-ion , Lithium-Primary , Lead
Acid , and alkaline
Incineration shall be the required method of disposal under this contract for all
capacitors (after removal from ballasts) and any associated PCB articles . After removal
of capacitors, all ballasts must be recycled unless they are leaking and/or otherwise a
PCB article . Provider will be required to provide the City with the PCB log
documentation to maintain compliance with TSCA at a minimum .
The Contactor will be required to collect and containerize contracted materials from
numerous city facilities -no central pickup location is planned . All services shall be
performed in accordance with the latest federal, state and local environmental
regulations. Contractor will be required to coordinate scheduling of waste collection with
City staff and to be on-site for a waste shipment within 5 business days of receiving a
Task Order under this Contract.
Light Bulb and Electron ic Waste Recycling Contract
Universal Recycling Technologies , LLC
Page 17 of 21
The work required under this contract includes but is not limited to the following tasks:
Routine Tasks
• Provide paperwork and documentation needed to complete waste shipments;
• Provide on-site pickup of waste within five (5) business days of the request
from the City. If request is made after NOON then the 5-day clock starts the
following business day.
• Collect , package (containerizing), and label hazardous , non-hazardous , and
universal waste ;
• Provide transportation services for wastes to disposal or recycling facilities ,
no central pickup location is planned ;
• Dispose , recycle and/or reuse of requested materials ;
• Provide invoices per shipment site that clearly identify shipment address ,
shipment date , manifest(s) number, type of waste , quantity of each type of
waste , etc .
• Provide City fully executed Waste Manifests within 35 days of pickup date;
• Provide Certificates of Destruction (CD) to the City within 60 days of pickup
date except for Special Waste that will be within 120 days of pickup date; and
• Provide Quarterly "Waste" Shipment/Handling/Disposal Summaries within 15
calendar days of the close of the calendar quarter (i.e ., due on April 15, July
15, October 15 , and January 15).
Staffing Requirements
• Provide a minimum of one (1) field technician for shipments containing less
than 20 containers and a minimum of two (2) field technicians for shipments
greater than 20 containers; and
• Provide single point of contact for shipment requests/scheduling .
The City will perform the following tasks under this contract:
• Provide material safety data sheets (MSDSs) and process information on
wastes for disposal, recycling, and/or reuse;
• Provide timely notice to Contractor in writing of requests , detailing the
location(s), type of work , and other pertinent information;
• Aid in the selection of disposal , recycling and/or reuse methods ;
• Provide required regulatory information for manifest and shipping paper
information ; and
• Provide representative to accompany Contractor at project sites.
Light Bulb and Electronic Waste Recycl ing Contract
Un iversal Recycling Technolog ies , LLC
Page18of21
ATTACHMENT B
FEE SCHEDULE
Compensation shall be in accordance with the price list below , not exceed a total annual
expenditure by the City of thirty thousand , dollars ($30 ,000 .00). Payment shall be
considered full compensation for all materials, suppl ies, equipment , and labor
necessary for packaging , loading, labeling , transportation, and disposal.
Waste Stream Units Unit Price
Fluorescent lamps (4') each $0.15
Fluorescent lamps (8') each $0.27
Li-shaped/circular fluorescent lamps each $0.28
Compact fluorescent bulbs w/ ballast each $0.28
Compact fluorescent bulbs each $0.28
UV fluorescent bulbs each $1 .50
HID lamps each $0.73
HID fixtures -no lamps pound $0.00
HID fixtures -with lamps pound $0 .00
Incandescent bulbs each $0 .23
Halogen Lamps each $0 .23
Projector bulbs each $0.28
Crushed Bulbs (caused by CFW personnel)1 pound $1.00
Fluorescent light ballasts with PCBs pound $0 .72
Leaking fluorescent light ballasts with PCBs pound $1.00
Fluorescent light ballasts without PCBs L pound $0 .00
Transformers pound $0.00
Capacitors pound $0.00
Lithium-Primary Batteries pound $5.93
Alkaline Batteries pound $0.41
Discarded electronic equipment pound $0.10
Discarded electronic equipment cubic yard box $45.00
Mercury containing device pound $7.50
Mercury liquid (elemental) pound $7.50
For the items below, Contractor will pay the City a scrap fee for the quantity collected
according to the unit prices shown below, with no limit on the quantity accepted ,
either through an invoice credit or by submitting a sepa rate check made payable to
The City of Fort Worth .
Nickel Cadmium (NiCd) Batteries pound $0 .11
Nickel metal hydride (NiMH) Batteries pound $0 .37
Lithium-ion Batteries pound $0 .13
Lead acid (Pb) Batteries pound $0 .07
1-T he City of Fort Worth 1s not respons ible for covering costs d ue to Contractor's m1shandl1ng of lamps or boxes caus ing breakage or other damage.
Contractor must cover costs for any d amage due to mishandling of la mps during work performed under this contract.
2-Recycling requi rement: though not all ballasts contain PCBs, incineration of all capacitors (after removal from ba llasts) and associated PCB
articles is required under this contract.
Light Bulb and Electronic Waste Recycling Contract
Unive rsal Recycling Technologies , LLC
Page 19 of 21
ANNUAL CONTRACT FOR PACKAGING, TRANSPORTATION , AND DISPOSAL
OF VARIOUS LAMPS, BALLASTS , AND ELECTRONIC WASTES
ENV 14-06: ELW
IN WITNESS THEREOF , the parties have executed this contract in triplicate in Fort
Worth , Texas , on the dates written below.
CITY OF FORT WORTH
BY:~~CI~
Fernando Costa
Assistant City Manag1er . 1 A
Date Signed: Iii /.?/fr_
Light Bulb and Electronic Waste Recycling Contract
Universal Recycling Technologies , LLC
CONTRACTOR
UNIVERSAL RECYCLING
TECHNOLOGIES , LLC
svfiJ.& Ja esomwell
Pre ·aent
WIT W)rx_~
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 21 of 21
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTH Contract Term: 11/4/2014 -11/3/2015
NAME OF PROJECT: Annual Contract for Packaging, Transportation, and Disposal of
Various Lamps, Ballasts, and Electronic Wastes
PROJECT NUMBER: ENV 14-06: ELW
CONTRACTOR: Universal Recycling Technologies, LLC
Please insert your Accord insurance form following this page .
Your insurance form should list the City of Fort Worth as the additionally insured.
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts
to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder,
non-resident bidders (out of state contractors whose corporate offices or principal place of
business are outside of the State or Texas) bid projects for construction, improvements, supplies or
services in Texas at an amount lower than the lowest Texas resident bidder by the same amount
that a Texas resident bidder would be required too underbid a non-resident bidder in order to
obtain a comparable contract in the State in which the non-resident's principal place of business is
located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident
bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident
contractors to do so will automatically disqualify that bidder. Resident bidders must check the box
in Section B.
A. Non-Resident vendors in-------(give State), our principal place of business, are
required to be percent lower than resident bidders by State law. A copy of
the Statute is attached.
Non-resident vendors in (give State), our principle place of business, are
not required to underbid resident bidders.
B. Our principle place of business or corporate office(s) is in the State of Texas. CZJ
Bidder:
Universal Recycling Technologies, LLC
731 Eight Twenty Blvd , Suite 200
Fort Worth , TX 76106
By: (Please Print)
~~ s ~ {)e}J-r
Title (Please Print)
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that
it provides workers ' compensation insurance coverage for all of its employees employed
on City of Fort Worth Department of Transportation Project No . ENV 14-06: ELW.
STATE OF rBtt1:'S /\JV §
§
COUNTY OF :r A~d\~T Ttoul\-§
CONTRACTOR
Name: ~-; ~~C /1
Title: .Y/2.. "'5'°· .~
Date : )l)-t:, -/ /
'
LLC
Before me , the undersigned authority, on th is day personally appeared '\""'"t·n.:::-r C '2 -> ""~ · '->I N w f-LL , known to me to be the person whose name is subscribed to the
fo regoing instrument , and acknowledged to me that he executed the same as the act
and deed of Universal Recycling Technologies, LLC for the purposes and
consideration therein exp ressed and in the capacity therein stated .
Given Under My Hand and Seal of Office this Coi1f-day of OC.{'01~r-/[ , 20 t=,: .
ST ATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CITY SECRETA&lf 4 J,, '1,Q A1
CONTRACT NO. lf 0('71 -
KNOWN ALL BY THESE PRESENTS:
~i
RECE IVE D
DEC l 6 2015 FIRST AMENDMENT TO
Ti O~ FORT WORTH
"In' StCRETARV
CITY SECRETARY CONTRACT NO . 46220
/
THIS FIRST AMENDMENT to City Secretary Contract No . 46220 is entered into by and
between the City of Fort Worth ("City "), a home-rule municipality in the State of Texas ,
acting through Fernando Costa , its duly authorized Assistant City Manager, and
Universal Recycling Technologies , LLC ("Contractor"), acting through James Cornwell ,
its duly authorized President.
WHEREAS , the City and Un iversal Recycling Technologies , LLC have entered into that
certain agreement identified as City Secretary Contract No . 46220 (also the "Contract")
commencing on December 5 , 2014 for packaging , transportation , and disposal of
various lamps , ballasts, and electronic waste ; and
WHEREAS , the contract was for an initial term of one year and that contract provides
for the extension of the term of the agreement for up to two additional periods of one
year each ; and
WHEREAS , municipal contracts for services are exempt from the provisions of Chapte r
252 of the Texas Local Government Code under the General Exemption provided for
procurements necessary to preserve or protect the public health or safety of a
municipal ity 's residents ; and
WHEREAS , the parties wish to extend the term of the contract for an additional year
(second of three) and sufficient funds have been appropriated ; and
WHEREAS , the parties agree that all othe r conditions , terms , and pric i ng shall remain
the same as stated in City Secretary Contract No. 46220 ;
NOW, THEREFORE , for and in consideration of the mutual covenants contained herein ,
and other good and valuable consideration , the receipt and suffic iency of which are
~ereby acknowledged and confessed , the parties hereto agree as follows:
er., 1. Extended term of contract:
C,
~City Sec retary Contract number 46220 is extended to include the term beginning
z: Decembe r 5 , 2015 and ending Decembe r 4 , 2016 . ,.., ,-------c:,
First amendment to Contract #46220
Universal Recycling Technologies, LLC
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
2. Compensation Not to Exceed Amount:
Compensation shall not exceed thirty thousand dollars ($30 ,000 .00) for the term of this
amendment , billable according to the fee schedule of City Secretary Contract number
46220 and subject to all other terms and conditions as stated in City Secretary Contract
number 46220.
3 . Miscellaneous:
All other definitions , terms , and conditions of C ity Secretary Contract number 46220
shall remain unchanged except as expressly set forth herein .
IN WITNESS THEREOF, the parties have executed this contract in triplicate in Fort
Worth , Texas, on the dates written below .
CITY OF FORT WORTH
BY: 5 u-~ ... J. ~L-~
Fernando Costa
Assistant C ity Manager
Date: 1-:l..prJ ~
APPROVED AS TO FORM
AND LEGALITY :
I NO M&C RHQUIRED I
First amendment to Co ntract #46220
Universal Recycling Technologies, LLC
CONTRACTOR
Universal Recycling Technologies , LLC
BY~
J a esCornwett
President
CORPORATE SEAL :
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 2 of2
..