Loading...
HomeMy WebLinkAboutContract 63987City Secretary Contract No. 63987 Vendor Services Agreement Page 1 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline VENDOR SERVICES AGREEMENT ________________________________________________________________________________ This VENDOR SERVICES AGREEMENT (“Agreement”) is made and entered into by and between the CITY OF FORT WORTH (“City”), a Texas home rule municipal corporation and JEANIE LADELL, INC. d/b/a CYCLONE ALUMINUM & STEEL HANDLING (“Vendor”), a Texas corporation, each individually referred to as a “party” and collectively referred to as the “parties.” AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A – Scope of Services; 3. Exhibit B – Price Schedule; 4. Exhibit C – Vendor’s Bid Response to City’s RFP No. 25-0136; and 5. Exhibit D – Verification of Signature Authority Form. Exhibits A, B and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scope of Services. Vendor shall provide the City with scrap metal and other mixed-metal materials collection and sales services (“Services”), which are set forth in more detail in Exhibit “A,” which is attached hereto and incorporated herein for all purposes. 2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below (“Effective Date”) and shall continue for one year, unless terminated earlier in accordance with this Agreement (“Initial Term”). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal options, at City’s sole discretion, (each a “Renewal Term”). 3. Compensation. Vendor shall pay to the City the net proceeds from the sale of scrap metal items, less Vendor’s fees, in accordance with the terms of this Agreement. Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. City Secretary Contract No. _____________ Vendor Services Agreement Page 2 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days’ written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City (“City Information”) as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Seller. It will be the responsibility of Seller to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.3 Unauthorized Access. Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6.Right to Audit. Vendor agrees that City shall, until the expiration of three (3) years after City Secretary Contract No. _____________ Vendor Services Agreement Page 3 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline final payment under this contract, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor’s facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. 7.Independent Contractor. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, and sub-contractors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and sub-contractors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees or sub-contractor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or sub-contractor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or sub-contractor. 8.Liability and Indemnification. 8.1 LIABILITY - VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION – Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City’s use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay shall not apply if City Secretary Contract No. _____________ Vendor Services Agreement Page 4 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City’s interest, and City agrees to cooperate with Contractor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City’s assumption of payment of costs or expenses shall not eliminate Vendor’s duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor, terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 8.4 ENVIRONMENTAL INDEMNIFICATION - Vendor does hereby release, indemnify, reimburse, defend and hold harmless the City of Fort Worth from and against any and all environmental damages and the violation of any and all environmental requirements resulting from the cleaning, handling, collection, transportation, storage and disposal of hazardous waste by contractor resulting in an act of omission of environmental violation. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney’s fees and disbursements and consultant’s fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of waste pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: Damages for personal injury and death, or injury to property or natural resources; Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local City Secretary Contract No. _____________ Vendor Services Agreement Page 5 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney’s fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the services provided under this agreement. 9.Assignment and Subcontracting. 9.1 Assignment. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, subcontractor shall execute a written agreement with Vendor referencing this Agreement under which sub-contractor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10.Insurance. Vendor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. “Any vehicle” shall be any vehicle owned, hired and non-owned. (c) Worker’s Compensation: Statutory limits according to the Texas Workers’ Compensation Act or any other state workers’ compensation laws where the work is being performed Employers’ liability City Secretary Contract No. _____________ Vendor Services Agreement Page 6 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. (e) Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policy listed in item a; 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). 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers’ compensation policy shall include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days’ notice of cancellation or reduction in limits of coverage shall be provided to City. Ten (10) days’ notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 100 Fort Worth Trail, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. City Secretary Contract No. _____________ Vendor Services Agreement Page 7 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline (f) Certificates of Insurance evidencing that Contractor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11.Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist from and correct the violation. 12.Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, sub-contractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor’s duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORSS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13.Notices. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Valerie Washington 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney’s Office at same address To VENDOR: Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling P.O. Box 1408 Azle, TX 76098 Facsimile: 817-677-5103 14.Solicitation of Employees. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15.Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. City Secretary Contract No. _____________ Vendor Services Agreement Page 8 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline 16.No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17.Governing Law / Venue. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to 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 Division. 18.Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19.Force Majeure. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20.Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21.Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A, B, and C. 22.Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23.Counterparts. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 24.Warranty of Services, License and Permits. Vendor warrants that it understands the known hazards and suspected hazards that are present to persons, property and the environment by providing packing, transporting, and disposal of hazardous, special and solid waste. Vendor further warrants that it will perform all services under this contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this Agreement. Vendor certifies that on the day work is to commence under this contract, and during the duration of the contract, it shall have and maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this Agreement. Vendor also certifies that if it uses any subcontractor in the performance of this agreement, that such subcontractor shall have and City Secretary Contract No. _____________ Vendor Services Agreement Page 9 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this Agreement. 25.Immigration Nationality Act. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26.Ownership of Work Product. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, “Work Product”). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27.Signature Authority. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit “C”. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28.Change in Company Name or Ownership. Vendor shall notify City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29.No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company City Secretary Contract No. _____________ Vendor Services Agreement Page 10 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Vendor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 30.Prohibition on Boycotting Energy Companies. Vendor acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31.Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32.Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, “electronic signature” means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33.Entirety of Agreement. This Agreement, including all attachments and exhibits, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. City Secretary Contract No. _____________ Vendor Services Agreement Page 11 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline (signature page follows) City Secretary Contract No. _____________ Vendor Services Agreement Page 12 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handline ACCEPTED AND AGREED: CITY OF FORT WORTH: By: ___________________________ Name: Valerie Washington Title: Assistant City Manager Date: _____________, 2025 APPROVAL RECOMMENDED: By: ______________________________ Name: James Keezell Title: Environmental Services Assistant Director ATTEST: By: ______________________________ Name: Jannette S. Goodall Title: City Secretary CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: ______________________________ Name: Ruben A. Diaz Title: Environmental Services Superintendent APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: M. Kevin Anders, II Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: N/A Date Approved: N/A Form 1295 Certification No.: VENDOR: Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling By: Name: Betsy Urbanek Title: Director of Operations Date: _____________, 2025 Contractor Services Agreement – Exhibit A Page 13 of 2 EXHIBIT A SCOPE OF SERVICES 1.0 GENERAL REQUIREMENTS 1.1 Vendor shall be responsible for the collection of scrap metal and mixed-metal materials, such as, but not limited to: brass, copper, steel, aluminum, tin, and titanium, at multiple locations identified by the City of Fort Worth. Vendor shall be responsible for the sale of various scrap metal and mixed-metal materials collected from the City of Fort Worth as provided by this Scope of Services. 1.2 The collection and purchase of metal materials shall be established on the best available market price based on the Fastmarkets Index, Chicago Price for Steel, and U.S prices for all other metals. 2.0 TYPES OF SCRAP METAL AND INVENTORY EXAMPLES 2.1 Metal types and examples of inventory listed in Section 2.2 are a representation of what may be in the City' s scrap metal collection at any given time. 2.2 Scrap Metal types will include aluminum, brass, iron, steel, tin, copper, iron, and titanium. The example of the inventory may include the following inventory items and the composition of the inventory items, as described in the table below: Inventory Item Aluminum Metal A/C Compressor Yes No A/C Lines Yes Yes Accumulators Yes No Blower Motors No Yes Bolts No Yes Compressors No Yes Condensers Yes No Coolers Yes No Ducts Yes No Engines Yes Yes Turbochargers Yes No Evaporators Yes Yes HVAC Units No Yes Light Poles No Yes Nuts No Yes Office Furniture No Yes Oil Pans Yes No Radiators Yes No Rims Yes Yes City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 14 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling Rotors Yes Yes Seat Frames Yes Yes Vehicle Parts Yes Yes Window/Door Frames Yes No Window Regulators Yes Yes Wiper Motors and Arms Yes Yes Wire No Yes 2.3 The City will remove fluids/gases from all items placed into the scrap metal bins. 3.0 REQUIRED EQUIPMENT 3.1 The Vendor will have all equipment and tools necessary to perform all requirements of this agreement including, but not limited to, carts, dollies, boxes, lifting equipment, trucks, and trailers. 3.2 If the Vendor chooses to rent equipment to perform services over the course of the agreement, the rental costs are at the expense of the Vendor and shall not be deducted from the revenue issued to the City. 3.3 The City reserves the right to inspect all the Vendor’s equipment and tools used before, during, and after the award of agreement, and during the performance of agreement. The Vendor must agree that inspections can be carried out by authorized employees representing the City Departments. 3.4 The Vendor’s facilities, equipment, and tools must be maintained by the Vendor, clean, in good working condition, suitable for the intended purpose, and operated by fully qualified & licensed personnel throughout the life of the agreement. 3.5 The use of City-owned elevators, or any other lifting equipment will be at the discretion of the City. Should elevators or lifting equipment be allowed, all surfaces will be protected from damage. Care will be given to not overload and/or exceed lifting capacity of equipment. 4.0 COLLECTION SERVICE REQUIREMENTS 4.1 The Vendor will be responsible for the collection and sale of scrap metal and other materials including, but not limited to brass, copper, steel, aluminum, tin, and titanium collected from multiple locations throughout the City of Fort Worth. 4.2 All associated costs to collect and sell metal and other materials will be deducted from the revenue issued to the City. 4.3 The Vendor will notify City personnel 24 hours before arrival at the designated locationto collect the metal and materials, and upon leaving the City premises following the collection. 4.4 The City has multiple City locations that house scrap metal that will not accommodate roll-off containers and will require the Vendor to manually load the scrap metal onto a trailer or truck. City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 15 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling 4.5 The Vendor will be responsible for loading and picking up items from the ground containers and recycling containers to ensure the Vendor picks up all recycled metal in designated areas at City facilities. 4.6 The Vendor will provide all necessary equipment, tools, and labor to perform the functions of sorting, cutting, loading, and transporting of all scrap metal and materials. Vendor agrees that it will not charge the City for additional time and labor for additional trips required to collect scrap metal and materials due to Vendor’s failure to provide all necessary equipment, tools, and labor when collecting scrap metal from City facilities. 4.7 The Vendor will provide devices, such as safety cones or personnel with safety flags if operating motorized equipment such as forklifts, to remove scrap metal. 4.8 The Vendor will be responsible for any damages to City property during the course of the loading and removal of scrap metal. 4.9 The Vendor will remove the trailer or bin containing scrap metal and replace it with an empty trailer or bin during the same visit. 4.9.1 Vendors may not invoice the City separately for trailer/bin exchanges or related handling services. 4.10 If the bin or trailer is overflowing and the Vendor cannot pick all the metal and materials on the scheduled date of collection, the Vendor will come pick up any remaining metal and materials on the next business day. 4.11 For any bulk scrap metals items, the City will request that the Vendor come out to the facility for a site visit to determine what equipment and the number of personnel needed to collect the metal and materials prior to the date of collection. 4.12 The Vendor will ensure that all personnel involved in the scrap metal and material collection process will have all required licenses and training for the operations related to the functions and duties of this agreement. 4.13 The Vendor will keep their certifications and/or licenses up to date throughout the life of the agreement. Current copies will be available upon request by the City. 4.14 The Vendor will be responsible adhering to all Federal, State, and Local laws and procedures in the performance of this Agreement. 4.15 The collection and purchase of metal materials will be established on the market price based on the Fastmarkets, Chicago Prices for Steel and US Prices for all other Metals. 4.16 In addition to monthly pickups, the Vendor will be available for on-call or unscheduled services. When responding to an on-call or unscheduled service, Vendor is required to use a trailer or truck for loading and removal of scrap metal and other materials from additional City locations when it comes to load and remove scrap metal 4.17 The Vendor will keep the City’s yard(s) and areas in a clean and orderly condition while performing the duties of this agreement. The Vendor must not create unsafe conditions for others City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 16 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling working in the area and must leave the collection area in a clean condition when finished with the work. 4.18 Immediately after the collection is completed, the Vendor will provide a receipt of collection to the designated City Representative for that location indicating the type of material collected, the date of collection, and the address of the collection. 4.18.1 The list of City Representatives for each location will be provided to the Vendor. 4.19 The City reserves the right to transport its own scrap metal to the Vendor’s facility. Vendors must provide the address of their facility, specify their standard business hours, and indicate whether any third-party facilities will be used. All facilities used must be accessible to City staff during normal business hours. 5.0 CITY’S RESPONSIBILITIES 5.1 The City will remove fluids/gases from all items placed into the scrap metal bins/trailers or being delivered to scrap facilities. 5.2 For on-call service requests, the City representative will call the vendor to request services, and provide their City Department Name, the address for pickup, and the size of the container that is full of scrap metal that needs to be exchanged or the estimated quantity of scrap metal that will need to be picked up. 5.3 The corresponding City Department will work with the vendor to arrange a designated day and time for monthly pickups for the locations in Section 7.0 that require a monthly pick up. 6.0 RESPONSE TIMES 6.1 The Vendor will conduct all work during normal business hours, 7:30 a.m. to 3:30 p.m. Monday through Friday, excluding City holidays, unless authorized in writing by City personnel. City- observed holidays will include the following holidays as described in the table below. If the City adds an observed holiday(s) during this Agreement, the City reserves the right to add such holidays to this Agreement upon reasonable written notice to Vendor. City Holiday Observed Day New Year’s Day January 1 Martin Luther King, Jr. Day January 16, or as observed Memorial Day Fourth Monday in May Independence Day July 4, or as observed Juneteenth June 19 Labor Day First Monday in September Thanksgiving Fourth Thursday in November City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 17 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling Day After Thanksgiving Fourth Friday in November Christmas Day December 25 6.2 The Vendor will follow the collection frequency from Section 7.0. 6.3 The Vendor will respond and begin work within a maximum of 24 hours or less from the time on-call or unscheduled services are requested. 6.4 If the Vendor is unable to perform the scheduled monthly service(s), the Vendor will notify the City Representative in writing 24 hours in advance and will re-schedule services within 3-5 business days. City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 18 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling 7.0 LOCATIONS Location Name City Department Address Quantity of Bins Frequency Alta Mere Service Center Property Management 2900 Alta Mere Dr. Fort Worth, TX 76116 1 Once per month Brennan Body Shop Property Management 2400 Brennan Ave. Fort Worth, TX 76106 1 Once per month James Ave. Service Center (Heavy Duty & Light Duty) Property Management 5021 James Ave Fort Worth, TX 76115 1 Once per month North Service Center Property Management 317 Hillshire Dr. Fort Worth, TX 75052 Bin pickup: Southwest corner of shop 1 Once per month Water Service Center Property Management 2222 W. Daggett St. Fort Worth, TX 76104 1 Once per month Water - Meter Services Water 1130 Fournier St. Fort Worth, TX 76102 1 Once per month IT Solutions Radio Services Division IT Solutions 1515 11th Ave, Fort Worth, TX 76102 1 On Call Will Rogers Memorial Center Public Events 3401 W Lancaster Fort Worth, Texas 76107 3 On Call Fort Worth Convention Center Public Events 1201 Houston St. Fort Worth, Texas 76102 No bin – loose On Call Drop-Off Station 1 Environmental Services 2400 Brennan Ave, Fort Worth Texas, 76102 1 On Call Drop-Off Station 2 Environmental Services 5150 Martin Luther King Jr FWY, Fort Worth Texas, 76119 1 On Call Drop-Off Station 4 Environmental Services 301 Hillshire Dr, Haslet Texas, 76052 No bin – loose On Call Other Facilities & Construction Sites Various Departments All within Fort Worth city limits On Call City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 19 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling 7.1 The City reserves the right to add additional locations requiring monthly collection throughout the life of the agreement. 8.0 REVENUE TO THE CITY 8.1 Revenue paid to the City of Fort Worth from the sale of scrap metal will be based on the Fastmarkets Index, Chicago Price for Steel, and U.S prices for all other metals. 8.2 The Vendor will be responsible for submitting a legible, computer-generated, copy of the Fastmarkets Metal Index for the date of collection with each receipt provided to the City. 8.3 It is understood that the Fastmarkets Index is updated daily, and the percentage revenue offered to the City will be determined by referencing the price listed on the Index on the day the material(s) were collected. The price for the metal on the sales receipt must match the Fastmarkets published price on the date of collection multiplied by the percentage revenue offered to the City on the Contract. Vendor must submit a sales receipt to the City with each payment. The Vendor will note the following information on each sales receipt: 8.3.1 The date of collection; 8.3.2 Address of collection; 8.3.3 Spreadsheet Matrix with columns of the various scrap metals stating the type, weight, and amount to be paid to the City; 8.3.4 Scale Ticket Number; 8.3.5 Scale Location; and 8.3.6 Delivery Site Scale Number. 8.4 Payment for all collected materials will be based on weight. It is the Vendor’s responsibility to ensure the scrap metal is weighed on properly calibrated state certified scales. Vendors must include recent calibration reports for all scales to be used as part of their proposal submission. 8.5 The City must be notified in writing of any materials that are rejected prior to the material being collected. 8.6 The Vendor will pay the City within thirty (30) days of the collection date of each batch of scrap metal collected. 8.7 If payments are made via check, the checks should be mailed to 100 Fort Worth Trail, Fort Worth, TX 76102, pay to the order of: City of Fort Worth. The memo line should include the department that requested the services. 8.8 If payments are made via ACH or wire transfer, the backup documentation and a copy of the Payment Receipt will be emailed to the department that requested the services, and the designated representative(s) in the Financial Management Services Department to begin processing the payment. Contractor Services Agreement – Exhibit C Page 20 of 2 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling EXHIBIT B Price Schedule Scrap Metal Collection and Sales; Vendor Performs All Services # Item Quantity Required Percentage of Revenue offered to the City Total Cost #1-1 Aluminum, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #1-2 Breakage, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #1-3 Copper, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #1-4 Steel, Percentage Revenue offered to the City based on Fastmarkets Index Price, Chicago, on the date of collection. 1 60.00% $ 0.60 #1-5 Tin, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #1-6 Bin Rental - Approximate Size Container: Length: 6 feet, Height: 36 inches, Width: 4 feet 8 0 $ 0.00 #1-7 Bin Rental Large - Approximate Size of Container: Length: 20 feet, Height: 6 feet, Width: 5 feet 1 0 $ 0.00 #1-8 Trailer Rental - Approximate Size Trailer: Length: 12 feet, Height: 30 inches, Width: 7 feet 2 inches 1 0 $ 0.00 Scrap Metal Collection and Sales; City Transports Scrap Metal to Vendor #Item Quantity Required Percentage of Revenue offered to the City Total Cost #2-1 Aluminum, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #2-2 Breakage, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #2-3 Copper, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 #2-4 Steel, Percentage Revenue offered to the City based on Fastmarkets Index Price, Chicago, on the date of collection. 1 60.00% $ 0.60 #2-5 Tin, Percentage Revenue offered to the City based on Fastmarkets Index Price, U.S., on the date of collection. 1 60.00% $ 0.60 EXHIBIT C Vendor's Bid Response to City's RFP No. 25-0136 CITY OF FORT WORTH - PURCHASING DIVISION �� RFP - CIQ RFP Ref. #: 25-0136 Page 2 of 3 RFP Title: Scrap Metal Collection and Sales CONFLICT OF INTEREST QUESTIONNAIRE For •� . , ; ,�•Irn..�•, ,. �I • . • . This ques��onna�re refl�ccs chan�s matle io chr laN oy H B. 23. 84eh ;.eg , qegular Sess�on This quenicnna:te .s bairvd'ilacf n z��acame with i.^.aF;a. .--.. lnra: f�vernrr�r� Gc,�e. try a ve�,7r ., nas a business resatwnship as oehned by Sect�on •�� o�•� i.a� •x r� a!pcal �+esnmantal arciry � vetld0! m9er reqUtt21n9n6 ;NK1Bo JBLfOn c75.006fa� 6y law th�s quastonnairc muss be tilad w:m the re,rorQs adminnnaror of noe M�a: 9�+emmer�al entrnr rn rhan the 7ih buur�ss 6ay aher Uea daW the verWa Decx+mes aware of f�ts Ihu re�ira tl�e stateme � filed. Sae Seqwn t75006(a-t1 La;a� Govemmanl Cocfc A,-.-n....,. ��. �rn-rn�r: an oftense if thb vendo� knawinp7�t vrolates Sactqn tt6.c�D6. t.c.-al ��;�.-er�+mcmt C� ��. .. , se�^ho^ is a misWzr�+a^rn. � Nnmeo•;a,,;i.,t•a�-.,�:.,h.:s,n���r,�,i•i.�r.;hipwithlocalgovernmantnleat�ty. �/�•� � !� �� \fVYf� �i;�l� Y: �� �/.�.� �1'i�.Li'L�.%��V1/ v �J ,. t , , .. ��; „ ..p��w to a pRviousty filed questionnaae. , - � i. �_ _. � i ., <<. .,,inp �.rt��+ity i . �t,. .h n ��.. 'i i...ane a'ani� 4'iat I�-: :��p.r;,.l�v '-. q'-ic,t.rrare ��vi: .cn'pl._�:� .� i�i,;c�u��W_.', FORTr1 C�Q Neme of local govemmern ottioer abo�. �:. - ���formauon is being disclosed. --� t=� , _.f ;�;:,,�e•r Describe each employment or oU�rr busin�s� �e�auonship witt� the local govemment ofticer, or a famiy mem4e+ 01 the officer. as deuribed by Section 1 T6.003(a)(2)I A) Also describe nny tamily relntionship with the local government otticw. Complete subparts A and B far each employment a bus+ness ralatanship dQscribed. Attach odditbnol pages to this Form CIQ as necessary. Tart r.H�^ar -. �-- �• mqmpar of �ne off�cer recerv�nQ or 6ha�y to rs�erye ta■abte inCOrrtA '�/� ❑ ❑ b': rcorr�a ethar'han irxestmc•nt r�ome. �r�m cr at tna d�ect on I "�� o ❑ -...:' = Y- ,�" F '-, `. ;' �� the vendor named in Section i malntnlna with a corporaiion or �� . , .. .-*• - . . .. � � ` . :� �r. ^ - , � . - �: ;�^��:�mmant othr�r a rros �s an oNi,- �� e+ d:rec[o• or hoirts �n �. .,,,,.r_.,�. .,,;,.:.:.t�_ _.--, �_..,�- .: . IV � f�' �---- -- - -__- � � _ . � . .. : ��d . .. . � i•x.�i „ . o �. ��rr �. - � - - e :��u�siv 9tts d� sabec ;.— � . � %� - ,r , __��t..''�'` � -�'1,� � G�'��' l�-' _ � -Tm ro^`.._ _ �rmorGgi`s � _ � .-�-�" ' `��'j I �r'; � � .� _ H-rcw.eihiCS.S�atB.ts.US ce�.r,e� ': �r�j_. FORT' WORTH CITY OF FORT WORTH - PURCHASING DIVISION ��_ AUTHORIZED SIGNATURE AND CONTACT DETAILS RFP Ref. #: 25-0136 Doc. Ref#: RFP-03 Page 1 of 1 RFP Title: Scrap Metal Collection and Sales � Legal Name of Proposer: _.l .��t i1 ��. L�� {�� j I , J,� D/B/A Name of Proposer: � tlt� �,- � � ��t';� i E1 �: i�� ��� ���.tt ��-i`�T�� t�� Ci �� �_ City of Fort Worth Bidder/Supplied Id or Federal Td Number (TII�: , „� ,� �, Address: �.Q:� j Itil� �=k,'c ���" �t-���( js�;'�hr�'-k�c�� � �C , �' � i..��,� Name of the Authorized Representative: f�� ��� �,� �r �'�t t�k'�-� jC� Title: �,�'l(�+Z1ti1t � � � �.��'j��. The undersigned, by his/her signature, represents that he/she is submitting a binding Proposal and is authorized to bind the respondent to fully comply with the solicitation document contained herein. The Respondent, by submitting and signing below, acknowledges that he/she has received and read the entire document packet for this RFP and agrees to be bound by the terms therein. The undersigned agrees if the Proposal is accepted, to furnish any and all items and/or services upon which prices are offered, at the price(s) and upon the terms, conditions, and scope/specifications contained in this RFP. Signature of the Authorized Representative: , ' �' � � ,�' !�n � Email: ���lt:�'J2' L nc�"Z;;�'c.�. ►ic-'�' Phone: :�i� -���, c1���/� Name of Contact Person - 1: i�.� �� l,{ ��'?iL�?� �... Title of Contact Person - 1: i� �(,����_�,: ����.�'•�'l(.�J � Email: ���i��'��1e�-��,���;. ��1�-�" Phone: �I�' �;�31't��`�i� Name of Contact Person - 2: � L ,�i) ��} �'}'j Title of Contact Person - 2: i,�'t �,� Email: �it'tL��(` i1��"Z�F'0 I'�Cf Phone:`���"`;�'�`'i� �`�iS'G Name of Contact Person - 3:���t__ ���,t,T�'�? Z( � �'Y►I Title of Contact Person - 3: '�'1�-'�'!�'v Email: �'; � C� ��' �' Vl� � Z �'d-� �t� f Phone: �I � - =�.31 ' `7 �� t� I FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION '�" REFERENCE SHEET RFP Ref. #: 25-0136 Doc. Ref#: RFP-04 Page 1 of 1 RFP Title: Scrap Metal Collection and Sales t1� Lk�tll �T,��, b�r�� Legal Name of Proposer: Proposer shall furnish the following information with their Proposal, for at least three (3) recent customers to whom subject services were provided that are similar to the requirements stipulated in this RFP. References will be contacted during evaluation. Please be sure references are available via phone and/or email when contacted. L Company's Name: � :l'!�'1 �".Z°1� ��(�lS��i10_4 Q `> � [-���C�'1 i'Y�C�1� ��Y(�.��.� Name of Contact: ..L V' � i;, t�`,`�tl;'�117'�c°�.?`l Title of Contact: � ,( �l'�,�, Address: ������1 �,��'1G'U'Y�✓1%.,1��,�, �' � �i,��Ch`�, � ��X , �T�� l�� � Phone No. S J��� 3��} -���� Email: Type of Services Provided: �fckv �, �t'l��,� �����ia.,�' 2. Company's Name: � i t� �2i�J �►Gi Name of Contact: v''� 1� � C'� >�I '�� t.L Title of Contact:��i,("t'_,�ZG��� i�i4 U�S��iS��� 1 Address: � ��� �,1,� ,�� ��s n�) r�� L� . PhoneNo��jl7�� ���� j- :��:�- 't Email: �ll�, /�� ������-F��`��,r.� L��'a Type of Services Provided: u', n}� i i�W Lj� ;.l ;'�, ���� �^ �c�L� c-� �'.:��-', �4�'.� � s 3. Company's Natne: Name of Contact: , �,�1, —� Title of Contact: (��,�;1�� �,�,. Address: ���r�� I ;�'L�� � �i L� �' -- ��l''l.� �.1_��� L`�'fi . �X , '� �+" � � �}' Phone No. �� �-(�'�h- h 1 h� Email: �;� � �� � Type of Services Provided: _i�� ����� }��^;?�,��,, A� �� � ���� � �tY.j �I✓ 'r;3e? ADDENDUM TO REQUEST FOR PROPOSAL NO. 25-0136 SCRAP METAL COLLECTION AND SALES PURCHASING DIVISION ADDENDUM NO. 1 DATE ISSUED: May 23, 2025 REQUEST FOR PROPOSAL (RFP): 25-0136 BID CLOSING DATE: May 29, 2025 RFP No. 25-0136 issued May 7, 2025, is hereby amended as follows: 1. Questions and Answers document is hereby incorporated, in full text on page 2 of this addendum. 2. Bid Item #1-2 and #2-2 have been omitted from Bid Table BT-47DI 3. Bid Items for Bin Rental have been added to Bid Table BT-47DI 4. Additional photos of bins attached on page 3 All other terms and conditions remain unchanged. Grace Nguyen BUYER ................................................................................ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Request for Proposal. COMPANY NAME: f.�i�►/:rll� '1.7�i NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION � PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFP Ref. #: 25-0136 Doc. Ref#: RFP-07 Page 1 of 7 RFP Title: Scrap Metal Collection & Sales r.-- Legal Name of Proposer: � �� .L - � � "L �.� E + � • '-'' ' '" ' " � � � � rC�� � L �, 1.0 PROPRIETARY INFORMATION i. All material submitted to the City becomes public property and is subject to the Texas Public Information Act upon receipt. ii. If a Proposer does not desire information that it believes to be proprietary in the bid to be disclosed, the bidder must list each page number in the chart below and must clearly mark and identify each page by including the word "PROPRIETARY" in all caps and highlighted yellow on the bottom center of each page at the time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to the information that must be disclosed lies with the Texas Attorney General. Note: Pricing may not be marked proprietary and will be made publicly available in the form of a bid tab following evaluation of all bids. By submitting a proposal, Proposers agree that pricing is not proprietary and may be released. iii. Failure to identify proprietary information, will result in all unmarked sections being deemed non-proprietary and available upon public request. Pages with information Please indicate if only specific sections believed to be on the page are believed to be Pro rieta Pro rieta � � � Page 1 of 7 FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION ��`�'�� PROPRIETARY INFORMATION, QUALIFICATION 4 QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFP Re£ #: 25-0136 Doc. Ref#: RFP-07 Page 2 of 7 RFP Title: Scrap Metal Collection & Sales 2.0 PROPOSER QUALIFICATION QUESTIONNAIRE The information provided on this questionnaire and in the proposal will be used to determine the responsiveness of the proposer. Please answer each question thoroughly. Answers may be provided on a separate sheet as long as each response is labeled according to the question. 2.1 Will the agreement be available for Cooperative Agreement use? Yes� No� 2.2 How long has your company been in business? �'(;� i, ,A;� 2.2.1 If your company has operated under any other name, please list those names along with the years of operation for each. 2.3 How many years of experience does your company have collecting and selling scrap metal? .i�� �41Q � � 2.4 What are your business hours and days? �1�1r��1�:;,i - ��.�,��1��,�i �` - �k. �� 2.5 What is your iirm's response time to acknowledge a request to collect scrap metal by phone/voicemail? � ���.1.0 S 2.6 Once a request is received, what is your company's timeframe to collect the scrap metal? 1 ' �. 4�,',.� Page 2 of 7 FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION �� M PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFP Ref. #: 25-0136 Doc. Ref#: RFP-07 Page 3 of 7 RFP Title: Scrap Metal Collection & Sales 2.7 List the equipment and tools your company has available for use to collect scrap metal and materials. Attach additional pages as needed. ; �1��� ��.-t� ���.5't�.�' 'T'�u��-u. �c c.�. 1 � #k �1v �l1� IS U;w Cvt � G L,�' 11: �.� �,1 �t,�1';�^,r+�kik-s � �r-��`�'� � ���%�"�� �.�;LL% '��"'> d�`i �. ^� '�— �—T 2.8 List the facilities where metals will be disposed of, including the name, address, and contact information for each location. Indicate whether disposal services will be performed directly by your company or subcontracted to a third-party facility. Attach additional pages if needed. � tt. t, . �. � . �sa 2.9 Indicate the capacity of your facility to receive and process scrap metal, including the maximum volume (in weight or units) the facility can accept on a daily, weekly, or monthly basis. Page 3 of 7 ��t'�1����f � �ii+�}1l,'t� FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION � - PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFP Ref. #: 25-0136 Doc. Ref#: RFP-07 Page 4 of 7 RFP Title: Scrap Metal Collection & Sales 2.10 Describe any storage limitations and typical turnaround times for unloading and processing materials. N�L S'iv �2� �,� (�` m � i' i t � �,��1 t�Yl���i 2.11 Are there any metals or inventory items listed in Sections 4.2- 4.4 of RFP-06 Evaluation Factors and Scope of Services that your company is not able to pick up? If yes, please list the metals and inventory items below. Attach additional pages as needed. � �� 2.12 Does your company's scrap metal and material collection and sales process align with the process and requirements listed in Sections 5.0, 6.0, 9.0, and 10.0 of RFP-06 Evaluation Factors and Scope of Services? If not, please explain how your process or requirements deviate from what is listed. Attach additional pages as needed. ���5 �� d,1�� 2.13 What form(s) of payment can your company issue to the City for the sale of scrap metals and other materials? Please list all forms of payment below. Page 4 of 7 FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION � PROPRIETARY INFORMATION, QUALIFICATION �� QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFP Ref. #: 25-0136 Doc. Ref#: RFP-07 Page 5 of 7 RFP Title: Scrap Metal Collection & Sales Ctii���.{4�1;i� �'�l�.i,�.. 3.0 PROPOSAL RESPONSE FORMAT The following format is provided as a general guideline to help Vendors organize their responses in alignment with the RFP specifications. a. Experience i. Describe your company's experience with scrap metal collection and recycling b. Proposer Qualifications i. Provide any personnel qualifications, certification, and licenses. ii. Describe equipment and facilities to be used for collection and transport. iii. Describe the capacity of your facility to receive and process scrap metal. iv. Provide any additional information demonstrating the ability to meet the requirements of this RFP. c. Service Approach and Compliance i. Describe how your company will fulfill the service requirements including notification procedures, on-call requests, the overall collection process, etc. ii. Identify the facilities where metals will be disposed of, including whether services are performed in-house or through a third part. iii. Confirm compliance with City-specified timelines, locations, and cleanliness standards. iv. Detail safety measures and procedures, including any training required of staff. d. Revenue Calculation Summary i. See RFP-08-Revenue Calculation Summary for requirements. Page 5 of 7 Scrap iron and steel prices s CONSUMER BUYING PRICES EstimateddomesticconsumerbuyingpricesmUSSlgrosston-,deliv�edmillprice. (p)Prelimmaryprice NA—Notavailable 'Canadiancurrency;innettons ArklTenn N.Caroiinal South Hamilton, Alabama Border Chicago Cincinnati Cleveland Detroit Houston Yrginia Philadelphia Pittsbnrgh Carolina Ontarioj MoMrealj Composites DATEREVIEWED: 05/08/25 05f08/25 05/09/25 05/09/25 OS/OB725 05/09/25 05/08/ZS 05/08/25 05/09/25 OS/08/25 OS/08/25 OS/09/25 � OS/09/25 ._... Nolheavymelt 340 345 315 3t0 330 315 300 325 290 330 325 261 235 311.67 No2heavymelt 330 ._.. 300 ...... .._. ___ _._ ._... __. _.. ._._ __.. Nolbundles 420 435 435 430 435 425 ._. ___ 400 425 ._... 434 .__ __.. No2bundles` .... 312 1)0 ..__ ..__ ..__ .__. .._. 255 240 ..._ ,._.. 155 .__. Notbusheling 420 440 430 -025 435 430 390 415 410 425 415 420 345 430.00 Noiindustrialbundles .__. ._._ _. . .. ._._ _.... 435 .... ___ _.... ___ _. ._ ..._ ._._ . . ..._. Shredtleaautoscrap 383 385 380 390 380 375 350 370 360 380 370 458 ._._ 375 75 Macrnneshoptumings 210 195 180 165 _._ 215 175 210 95 235 210 _... 165 _.... Castironborings .__. ._.. 240 .._.. .. _ ._ .. ..._. _ . __. ...._ ._ _ __. __.. .__. CutstrucluraVplate,2'max ._. .._.. 474 ...._ __. ___ _... __.. 430 ._._ ...... _.._ _.... CutstrucWralJpate,3'max 390 ._.. .. _. .__ ___ _.. .._. 305 4�0 ...._ _.._ __.. .._. Cutstructurallplate,5'max 365 350 350 360 370 330 310 340 320 370 340 270 285 _... Foundrysteel,2'max .._ .._. 414 .__ __. ._... ._._ _. _. _._. .._ ._. .__. ..._. Cupolacast ._.. .__. 435 ...... ..._. ...... ...... ___ 310 ..__ .._.. _.... .._.. ...... Cleanautocast .._.. ...... 537 __.. ...... .._.. ...._ _._ 300 __. ,._.. .._.. UnstrippedmotorDlocks ___ ...... 405 __.. ._... __.. ...... _ _. 290 ...... ...._ ._._ ...._ ...... Neavybreakablecast ._... .._.. 447 ._.. ._... ...... ...._ _._. 251 ..... ...... ._._ ..... _.... Dropbrokenmachinerycast _.... __. 482 .__. ...._ ...... ..__ ...... 356 ...... __.. ...... .,_.. ...... Railcrops�2'max .__. ...... ._... . .. ..._. ...... ...... ._.. 558 ..... ._... ...... ...... _.... Randomrails .._.. _._. ..._. .._. ...._ _.... _.._ _._. 290 .._. .._.. ,..... ...... .._.. S�eeloarwheels __. ... 420 ...... . ... ..._. ..... ._.. .. . ._ .._.. __.. ...... ..._. ...... Steel(tin)canbundles ._. ___ 325 .._.. 360 295 ...._ __.. ..._. 265 .__. ...... ,_._ ..._. ` Shretltlers may a�so be consitlered consumers for this grade FASTMARKETSAMM INDEXES DEALER SELLING PRICES FerrousScrapExportlndexf5lfonne,evaluated05107125) Es�imatedpricesinUSStgrosstoqshippingpointdealeryard Aflanta St.Louis HMS182(8020)EastCoast(fobNewYork) 31t.00 pA7EREVlEWEO. 05/08/25 OSPoB/25 HMS182{8020)WestCoast(fobLosAngeles) 2ffi00 Noiheavymelt 280 253 ShreddedSteelScrap,Eastcoast(fobNewYork) 331.00 Notbundles .__. 383 ShreddedSteelScrap,Westcoast(tobLosAngeles) 28790 Not busheling 360 383 Midwest Ferrous Scrap Index (Slgross ton, evaluated OSM 2I25) Shredded aulo scrap 320 326 Noi busheling 453.49 � MB Iron Ora I ndex (S�ton ne, evaluated 05113125) Mach�r�e s�op tummgs 105 t 90 MBfOfndex 700.37 GutsSrucinraVlplate,5'max 305 273 SHREDDER FEED EXPORT YARD BUYING PRlCES Estimated prices in USi/gross ton Estimatedprices an export deal�, lxoker a processa will pay for ilems deliveredto his yard, in USS/gross ton. � DA7EREVIEWED: OSN2/25 Boston L.A. N.Y. Philty OhioValley 77068 DATEREVlEWED. 05/12/25 05N2/25 05/f2/25 05/f2/25 MicMesl �98�g� No7heavymelt 215 135 235 240 Southeast 142.34 No2bundles 150 60 765 165 CONSUMER BUYING PRICE TREND Not busheling _ _. 145 .. _. .. _.. Estimatedtrends in US5/gross ton. from prior monfh SeafllelPortland Machinest�optumings __.. 30 130 ..... DA7E REVIEWED: 05/08/25 Noiheavymelt _2e Mixedcast 215 _._ 230 240 Notbusheling �-�� UnsiriFpetlmotorbiceks 21D ._._ 250 235 Shredded auto scrap -20 Autobo6es 155 ..._ 215 205 Machineshopturnings .. _. Culst�uctutal/plate,5'max _pp Cutstructural/piate5'max 225 145 255 270 Non-ferrous scrap prices COPPER (re�.os/ov2a) ALUMINUM (r�.os�o�ne) LEAD (��.osrovzsJ EsUmatetl tlealer buying prices, in ¢Jib. delivered to yard. Montreal and Taonto prices are in Cana6an currency US Montreal Toronlo US Montreal Torordo Nolheavycopperandvnre 329.00 476.00 aS0.o0 Segregatedlowcopperclips 68.00 .. 123.00 Heavysoitleatl Mixe0lowcopperGips 68.00 72.00 .._. Undraned.whWeddbatteries No2 heavy copper andwire 307.00 442.00 461.00 Mixeddips 58.00 63.00 - Z�NC (�y�.05fOV25) Light copper 285.00 . ... 440.00 Aluminumbaings,Nrnings,dean 32.OQ 25A0 600� Redbrasssolids 258.00 _... _.... a��Y Oidzincscrap Oldaluminum,sheetandcast 54.00 56.00 88.00 Redbrassturnings.borings 209.00 ._._ .._.. Usedbeveragecans,deananddry� 63,00 38A0 9Q�0 Yellowbrasssolids 213A0 29600 321.00 Intlustrialcastings 57.00 62A0 84.00 Mixedyellowbrassturnings,borings 171D0 --�� -����� 63Saluminumsditls 7700 92A0 14900 70-30brassclips nz��� �� ��--- Paintedalummwnsiding 66.00 74.00 11400 Autoradators(unsweaietl) 171D0 ._. 298.00 Littwsheets 72.00 ___ __.. SCRAP -- Estimatedbuyingprices SMEGERS'LEA�SCRAP Tumings,deananddry - Buyingqfcesheavysofliead(cwt),indudngdelivaryto Highgrede 83.�0�88.uG ��, (cadoadlots,deliveretlbuyers'works) ���� �'�. (rev.05l13/25) Mfxedgrade(max.5%Zn) 77.00-83.0� i' In¢llbexceptasotherwisenoted. � � Aluminum-copperradators 215A0-2250� ' Saaplead S. 4.00-5. 8.00 L7RASSMIL�SCRAP Remeltieatl 583.00-585.00 �lonterrousautoshred(9Q%aium.)' 8700.9000 No1 c Zorba US 80.00-83.00 opper 429.50• WholeDatttties 53090-534.00 Cablelead 55300-585A0 �Unmixedfulltrudcload,'twitch'grade REFINER5 W PPERSCRAP DQMEST!CALUMINUMPRODUCERS SMELTERS' T_INC SCP.AP No I copper 411.5G' Buying prices for processed used alaminum cans in carload t��, ����25) lots.fobshippingpant No2copper 379.50' (rev 05f0&25) Newzmcclippings 73.00-7i.G6 Usedbeveragecanscrap 99.00-10300 BP,ASSWGOTMAKEftS`SCRAF Oldzinc(clean) 39.00-43A0 MiILS. SPECIALTY CONSUMERS' @UY iNG PRICES (rev. OSl13/25) Galvanizers' dross 69.00-73.00 (reu.05l08f25) SECv^NUARY SMELTERS' Copper Segregated low copper ailoy dips N!.UAIINUMSCRRP No1 bare bnght 432.00-437 00' S052 126.00-t30 00 Buying pri ces defiveretlto Mitlaest smelters in full huckloads conta� ning severai grades 3105 105.00-109.�0 Noi 412.OQ41700• ���_�ro&25) Mixedlowcopperalfoyclips tO5A0-709.OG No2 381.00-386A0' MixedlowcppperGips 78.00-82.00 Paintedsidng 104.00.108.OQ �ighicopper 371.00-376.00' Mixed�ighcopperciips 76A0-8D.00 SECJNOARY ALUMINUM Mixedhighzfncdips 75.00-78.00 AMMFreeMark�¢A�,tleAiveretlMiU�r.�st(ret05/0825) Nolcompsolids(rev.05107(25) 33500340.00 1-13sows 82.00.85.00 A380.1 135.00-137.00 Comp boringa.turnings 310.00315A0 (rev.05l07Y25) Siding.painied 81.�0-8500 319.1 1420�-146.00 Ratlia�ors(rev.0510725) 268A0-272.00 Mixetldips 73.00-7700 �g� 164.Q0-167.00 Yellowbrasssolids(rev.05/07/25) 268.00-272.00 Oldshee� 79A0-83A0 A360.1 768A0-771D0 'Nominalfaspotsales. Oldcast 78A0.81.00 A473.1 169A0-173.00 � � . US Montreal Toronto 42.OQ 52.00 76.00 18.00 .. _ _... US Montreal Toronto 20.00 . .. _._. -calcWatiai date- "�,�'.*!�^�'�"�?�.�,"�'x�a�� aabama 5407.00 5423.00 S386A0 Chic2go 41200 420.00 413.00 Phfladdpttia 392.W 400.00 390.00 Pittsburgh 404.06 420.00 394.00 Compos�te 5403.75 $415.75 5395.75 7�:1�'..�et�x",.:a��:�ri;'e:. -calcWat�on date-- Chicago 5454.00 5460.00 S420A0 aevdand 453.00 465D0 415A0 Rtlsburgh 443.00 455.00 405.00 Composite 5450.00 5460 00 $413 33 -caiculation date - , Chic�o $347 00 5355 00 3323 00 IPhiladelpMa 314.00 320.00 31000 Pittsbutgh 354.00 370.00 339.00 � Composite 5338.33 F,348.33 5324.00 I - CYCLONE ALUMINUr�I & STEEL HANDLING P.O. Box 1408 • Azle, Texas 76098 817-221-9941 • FAX 817-677-5103 PICK UP TICKET No. ITEM PICK UP 0 STEEL (No. 2 Bundles) C7 CAST IRON (Cupola Cost) 0 RED BRASS (Solids) ❑ YELLOW BRASS (Heavy) ❑ COPPER AND WIRE (No. 2 Heavy) ❑ ALUMINUM / SHEETS & CAST p LEAD (Heavy Sort) p OTHER DATE OF PICK UP: LOCATION: SIGN BY: �{'11��� � �,� � I���i,t,' � �����: ��'�i�,`.� Cyclone Aluminum & Steel Handling P.O. Box 1408 Azle, TX 76098 �-'1 Cr W- WILL ROGERS COMPLEX A"I"IT�I: J 1M SM l7'H 3401 WEST LANCAS7'ER FORT WOR1'H, T'EXAS 76107 Sales Receipt Date Sale No. 5/8/2025 2990 Check No. Payment Method Project Description Qty Rate Amount 0.00 0.00 S1'EEL TI IANK YOU FOR YOUR BUSINESS --- AL, TJ, MIKF, AND BF,TSY Total $0.00 Jeanie LaDell inc. DBA Cyclone Aluminum & Steel Handling PO Box 1408 — Azle, Texas 76098 5821 Midway Road — Weatherford, Texas 76085 817-221-9941— 817-677-5103 — fax Buq5tlL�nEizero.net May 27, 2025 City of Fort Worth RFP Ref.#: 25-0136 Exceptions to the RFP or Draft Vendor Service Agreement. "NO EXCEPTIONS" �' � ' �G�, Date: � l �-3'��7y� � 'i —�— Betsy U anek RFP Ref. #: 25-0136 Doc. Ref#: RFP-08 Revenue Calculation Summary 1.0 Scenario A-Vender Performs Services: 1.1 Revenue Calculation Method: No. 1 STEEL $435.00 divided by 2000 Ibs. _.2175 x 60 %_.1305 x 2000 Ibs. _$261.00 to the City $435.00 divided by 2000 Ibs. _.2175 x 40 %_.087 x 2000 Ibs. _$174.00 to Cyclone No. 2 STEEL $170.00 divided by 2000 Ibs. _.085 x 60% _.051 x 2000 Ibs. _$102.00 to the City $170.00 divided by 2000 Ibs. _.085 x 40% _.034 x 2000 Ibs. _$68.00 to Cyclone SHREDDED SCRAP (TIN) West Coast $287.00 divided by 2000 Ibs. _.1435 x 60 %_.0861 x 2000 Ibs. _$172.20 to the City $287.00 divided by 2000 Ibs. _.1435 x 40 %_.0574 x 2000 Ibs. _$114.80 to Cyclone No. 1 COPPER $3.29 x 100 Ibs. = 329.00 x 60% _$197.40 to the City $3.29 x 100 Ibs. = 329.00 x 40 %_$131.60 to Cyclone No.2 COPPER $3.07 x 100 Ibs. = 307 x 60% _$184.20 to the City $3.07 x 100 Ibs. = 307 x 40% _$122.80 to Cyclone BRASS $2.13 x 100 Ibs. = 213 x 60% _$127.80 to the City $2.13 x 100 Ibs. = 213 x 40% _$85.20 to Cyclone ALUMINUM BORINGS, TURNINGS (Breakage) $.32 x 100 Ibs. = 32.00 x 60% _$19.20 to the City $.32 x 100 Ibs. = 32.00 x 40% _$12.80 to Cyclone 1.2 List of Dedications or Additional Costs: None 1.3 Application of Deductions: None 2.0 Scenario B- City Transports Scrap Metal 2.1 Revenue Calculation Method - No.1 STEEL $435.00 divided by 2000 Ibs. _.2175 x 60% _.1305 x 2000 Ibs. =$261.00 to the City $435.00 divided by 2000 Ibs. _.2175 x 40% _.087 x 2000 Ibs. _$174.00 to Cyclone No. 2 STEEL $170.00 divided by 2000 Ibs. _.085 x 60% _.051 x 2000 Ibs. _$102.00 to the City $170.00 divided by 2000 Ibs. _.085 x 40% _.034 x 2000 Ibs. _$68.00 to Cyclone SHREDDED SCRAP (TIN) West Coast $287.00 divided by 2000 Ibs. _.1435 x 60% _.0861 x 2000 Ibs. _$172.20 to the City $287.00 divided by 2000 Ibs. _.1435 x 40% _.0574 x 2000 Ibs. _$114.80 to Cyclone No. 1 COPPER $3.29 divided by 100 Ibs. = 329.00 x 60% _$197.40 to the City $3.29 divided by 100 Ibs. = 329.00 x 40% _$131.60 to Cyclone No. 2 COPPER $3.07 divided by 100 Ibs. = 307 x 60% _$184.20 to the City $3.07 divided by 100 Ibs. = 307 x 40% _$122.80 to Cyclone BRASS $2.13 x 100 Ibs. = 213 x 60% _$127.80 to the City $2.13 x 100 Ibs. = 213 x 40$ _$85.20 to Cyclone ALUMINUM BORING, TURNNINGS (Breakage) $.32 x 1001bs. = 32.00 x 60% _$19.20 to the City $.32 x 100 Ibs. = 32.00 x 40% _$12.80 to Cyclone 2.2 List of Dedications or Additional Costs - None 2.3 Application of Deductions - None 3.0 Payment and Reporting Frequency: 3.1 Payments will be made by a Company Check within 30 days of scrap pick up, on both scenarios. 3.2 The type of reporting: Will be a monthly statement, listing all departments that where picked up in that month, showing date of pick up and weight that was picked up. We carry a triple receipt with 3 colors (pink, white and yellow) on the date of pick up at that department, the person will sign all copies and a pink receipt will be left with that department. When the invoice is sent out with payment the yellow pick up receipt will be sent with payment and Cyclone keeps the white pickup receipt for our records. Fast Market price the day of pickup will be the price listed on invoice. Certificate Number: NA1932-087-Q40325-VSC Ciechtnen MeCals d� Recy�p-Ciamteot 2600 Shamrock Ave Fort Worth, Texas 76107 300541380 Device And Scale Details k Y �f `{ t �' \ Vehicle Scale Test Repart Conform S'tstement This device was tested and is certified to CONFORM to NIST Handbook 44 tolerances. AppllCableTdefancee �Maintenance ❑Acceptance Sffitua Of Findings PASSED: Errors in this scale as indicated in this report are within the accuracy requirements of NIST Handbook 44 Emlironmentel Condition9 ❑ Catm � Windy ❑ Rain ❑ Snow ❑ Icy ❑ Sunny Temperature: 63°F MetrdOgiCeitySealed ❑OnArrival ❑OnDeparture Scale Condition Report Last Pertormed: 24-Aug-2023 Remarks ;� a � v. � °' Q3-APr-2025 :a ?,�.. °' ` ; 30-Aprv202fi ,�g��'., ° `` ShawnScott , � + , �„ �,. •:n � O METTLER TOLEDO � T�� �� 3 Service Business Unit Industrial � 1900 Polaris Parkway � Columbus, OH 43240 � 1-800-523-5123 Procedure Sistemerrt The device referenced in this document has been metrologically tested in accordance with METT�ER TOLEDO Work Instruction. All translations into other languages are based on the referenced work instruction, which is in English. This certificate refers to "As Fpund" and "As LefY'. Service Recommendations Certificate Number: NA1932-087-040325-VSC � ��� c� ��� Lineariky Test �i'�. �_� . � -�..- _- � . ��4., lr:�Y �r Zero 1 O lb O lb 0 Ib 20 Ib 0 Ib O lb 201b 2 4,000 Ib 4,000 �b 0 Ib 20 Ib 4,000 Ib 0 Ib 20 Ib 3 S,OOOIb S,OOOIb Olb 201b S,OOOIb Olb 201b 4 11,0�0 Ib 11,000 Ib O lb 401b 17,000 Ib 0 fb 401b 5 14,OOOIb 14,OOOIb Olb 401b 14,OOOIb Olb 401b 6 17,OOOIb 17,OOOIb Olb 401b 17,OOOIb Olb 401b Max (x) 22,000 Ib 22,000 Ib 0 Ib 60 Ib 22,000 Ib 0 Ib 60 Ib 6 17,OOOIb 17,OOOIb Olb 401b 17,OOOIb Olb 401b 5 14,OOOIb 14,OOOIb Olb 401b 14,OOOIb Olb 401b 4 11,000 Ib 11,000 Ib O ib 401b 11,000 Ib O lb 401b 3 8,OOOIb 8,OOOIb Olb 201b S,OOOIb Olb 201b 2 4,000 Ib 4,000 Ib 0 tb 20 Ib 4,000 Ib 0 Ib 20 Ib Zero 1 0 Ib � Ib 0 Ib 20 !b 0 Ib 0 Ib 20 Ib Repeatability Test Test Load: 20,OD0 Ib 1 20,000 Ib 0 �b 2 20,�OOIb Olb 3 20,OOOIb Olb Ma�dmum Ertor 0 Ib AllOwable EmDr 40 Ib Vlfitl�in Tolerarx�s W �O METTLER TOLEDO � T�Q 2! 3 Service Business Unit Industrial � 1900 Polaris Parkway � Columbus, OH 43240 � 1-800-523-5723 Certificate Number. NA1932-087-040325-VSC ��� � �� Shift Test #1 (Single Platform Sections Only) 8 = Sections M = Mid-Spans L = Load Ceils Far M� Neet �.:J Location of Scele Houae Reference Weights This document is issued to record completion of the work performed by METTLER TOLEDO on the subject device in accordance with agreed standards. It does not guarantee the continued performance of the subject device. Any measurements recorded are based on the subject device's pertormance at a given time as tested by METT�ER TOLEDO and, except where explicitly stated otherwise, do not express an opinion as to the sufficiency of a�y customer designed procedures used to test the device. This document is not a warranty, either implied or express. METTLER TOLEDO expressly disclaims any Iiability arising from the use of the informaHon in this document for any purpose other than as spetified herein. G METTLER TOLEDO M�.i.� 3/ 3 Service Business Unit Industrial � 1900 Polaris Paricway � Co�umbus, OH 43240 � 1-800-523-5123 Range Of Results 40 Ib 40 Ib Allowable Error 40 Ib 40 Ib Within Tolerances CoMact Detaiis � �'., � � � 0 � � � 0 � � r•. Y � z n c Ty x v, C �c nn �� �Q, n, r- � u �o x o�! A p'' �Q � F� �; � � � ;' T � �, x � � m 0 r G � r rn >t � � � rn � � � i ■ � �■� � O � � � � � • `ii � . ._... : - � � � Q O ��� � �o o� � � � � � s X V � � 0 � �� �a o y, v� n rn� �� �� c'� � �� G� � � 1 rn � n � Z � m �0 0 O� � � V � ? y H� .•r O a� <. � n �� �� ._ � �. o �D �� � N n O � � �� �� ,� a G' d � � � � ? �� n y C � �� � r� n� O � Q� �� �� � _ � � � ,j O '`� 3 � � N C 3. 7 � � m av � _ � � � � m 0 �ii � rn � - � � 7� ?� � � Z � rn G'� � � N � � rn � � C � rn � � 0 � � � o � �4 �-�o � A� .,,1 ►�'� � �.�.. �"� �..+ �vaa �o .� ���� � � �'�'�� °�•rs"�� � � � � � �.�� � tb `�' r+ ..,,� N o��� � .Jp. ►� �� N � � � � a � d � 0 � � V• � � � m � � v � � r r m � � ► � . . . t � � 0 � � C� � � s � � r � � � m cv'ny —� � --� �� , ,,, ���� -�, �.�� �� �� �� � I� �,p. Bowlin Company, LLC 3450 Alemeda St. Suite 343 Fort Worth, TX 76126 (817) 332-8116 �� • (817) 654-1822 Metro �cilution� tr� �e��t��'�" �Y www.jpbowlin.com Sinoe i931 Calibration Certificate This Certificafe may noY be copied, exrept in full, w?hout wriKen consent ofJ.P. Bow/in Servire Date is Receive Dafe unless ofherwise nofed. Resu/ts listed re/ate onty to the items that are tested and/or ca/ibrated. Customer Cyclone Aluminum 5821 Midway Rd. Attention: ' Weatherford, TX 76085- ' Betsy Urbanek Location Weatherford _ __ --- — Manufacturer: GSE - Scale Model: 350 Reference #: 992174 Serial#: 992174 LoclDept.: BACK CORNER OF YARD/N/A Procedure: NIST HB 44 SECTION N Rev: 2020 Technician: Dale Hall Units: Ib Range: 5000 _ Comments: CLEANED OUT UNDER BASE,TESTED, NO ADJUSTMENTS Resolution: 1 NEEDED. Service Date: OS/14/2025 Temp: N/A° Humidity: N/A% Received Condition: In Tolerance Due Date: O5/31/2026 garometric Pressure N/A _ , Returned Condition: In Tolerance - Readings Test Point Parametere UOM Nominal Tolerance -_ Before' AfteP U Test Point 1 Ib 100 +1 -1 100 100 Test Point 2 ib 20D +1 -1 200 200 Test Point 3 �b 300 +1 -1 300 300 Test Point 4 ib 500 +� -1 500 500 Test Point 5 Ib 0 +0 -0 0 0 Shift Test �b 500 +1 -1 500 500 '8old reading enMes indicate they a2 out of tolerance. Raw Data _ Before Readings: 500. 500. 500. 500. After Readings: 500. 500. 500. 500. Calibration Standards Used Asset Number Manufacturer Model Calibration Date Due Date NIST # F4V8 Rice Lake Weight Kit (Ib) Clas 4/22/2025 4/30/2026 500895 This report may no[ be reproduced, exrept in full, without wri[fen pe�rmission ofJ. P. eowlin,LLC. The statement ofcomplianre in this certificate is dased upon fhe actual test ualues shown, without adjustment for measurement uncertainty and fhis is a shared risk NIS7- traceab/e calibration performed on unif referexed. Adjustmentr made to resfore and/or maintain !he accuracy of fhe device conforms !o b tolerances esta6/ished by the Nallona//y Recognized Standards or M1fanulacYurer's SFrcifications. Esh'mate of uxertainty ca/cu/ated using a roverage factor of K=7. This provides an approximafe con�dence /evel oi 95%. � In Shop ❑r On-Site f �� �/� License: Date: Report Authorized By: %iY ��j 0765601 OS/14/2025 Scale Technician Page'I of 1 ���m���l��m FORM 351 REV 8 Certification ID: 50574! 111 IIIIII City Secretary Contract No. _____________ Vendor Services Agreement – Exhibit A Page 1 of 1 Jeanie Ladell, Inc. dba Cyclone Aluminum & Steel Handling EXHIBIT D VERIFICATION OF SIGNATURE AUTHORITY JEANIE LADELL, INC. DBA CYCLONE ALUMINUM & STEEL HANDLING P.O. BOX 1408 AZLE, TX 76098 Execution of this Signature Verification Form (“Form”) hereby certifies that the following individuals and/or positions have the authority to legally bind Contractor and to execute any agreement, amendment or change order on behalf of Contractor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Contractor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Contractor. Contractor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Contractor. 1. Name: Position: _______________________________________ Signature 2. Name: Position: _______________________________________ Signature 3. Name: Position: _______________________________________ Signature Name: _______________________________________ Signature of President / CEO Other Title: ______________________________ Date: ___________________________________