HomeMy WebLinkAbout129729 EXODUS MOVING & STORAGE INC - CONTRACT - BID - 6057 MOVING SERVICES POLICESERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Exodus Moving & Storage Inc., hereinafter referred to as "Service Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of seven (7) pages and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence upon signing, and shall continue
in full force and effect until August 31, 2007, unless sooner terminated as herein provided.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties. All
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
the following addresses:
City:
City of Fort Collins
Attn: Purchasing
P.O. Box 580
Fort Collins, CO 80522
Service Provider:
Exodus Moving & Storage, Inc.
Attn: Greg Woods
1800 East Harmony Road
Fort Collins, CO 80528
1
SA rev06/07
RESPONSE TO BID REQUIREMENTS — Exodus I Moving & Storage
• Contractor bid to include necessary transportation, vehicles, equipment and personnel
required to complete each move.
• The Contractor must be properly licensed and insured.
• Contractor must conduct background screening through a 3rd party investigating firm for any
personnel who needs access to City facilities to complete each move. Contractor must provide the
City's Representative with a copy of the report results for each person seeking clearance. The City
may deny clearance to any personnel who meets any of the following criteria:
a) Has an active criminal arrest warrant.
b) Has a felony arrest or conviction.
c) Has a drug -related misdemeanor or a petty offense conviction.
d) Has a non -drug -related misdemeanor or a petty offense conviction within the past three (3) years.
e) Is a suspect in an active criminal investigation.
f) Was previously terminated from employment by the City of Fort Collins.
g) Is determined to be a threat to the safety of persons or property or to the confidentiality of City
information.
• All Evidence items moved will be moved in secure trailer/container locked with banded seal.
• Packing materials, except boxes, must be included in cost for items to be moved.
• Packing materials must be delivered to each origin building a minimum of two (2) weeks prior to
their move date.
• Contractor will be required to pack and move all computer equipment, and have
employees with necessary training/experience moving computer type equipment.
• Provide list of types of packing material and containers to be used. Exodus will provide packing
materials as outlined in this bid.
APPENDIX A
Move Sequence and Items to be Moved
Date
Division to be Moved
From
# SB
# LB
# XLB
# CB
# SCB
# LFB
8/6/07
Dispatch
300 LaPorte Ave.
150
8/6/07
Information Services
300 LaPorte Ave.
50
8/6/07
Evidence
300 LaPorte Ave.
13
154
4000
204
8/7/07
Evidence
208 North Howes
IA
IA
IA
IA
8/8/07
Evidence
220 North Howes
IA
IA
IA
IA
8/9/07
Evidence
300 North Howes
IA
IA
IA
IA
8/10/07
Evidence
330 North Howes
IA
IA
IA
IA
8/10/07
Administration
300 LaPorte Ave.
90
69
8/10/07
Training
215 North Mason St.
72
20
8/10/07
Internal Affairs
300 LaPorte Ave.
17
8/10/07
SRO
215 North Mason St.
10
8/10/07
Investigations - CIU
300 LaPorte Ave.
52
8/10/07
Investigations - Property
300 LaPorte Ave.
78
8/13/07
Evidence
300 LaPorte Ave.
IA
IA
IA
IA
8/14/07
Evidence
208 North Howes
IA
IA
IA
IA
8/15/07
Evidence
220 North Howes
IA
IA
IA
IA
8/16/07
Evidence
300 North Howes
IA
IA
IA
IA
8/17/07
Evidence
330 North Howes
IA
IA
IA
IA
8/15/07
Gym
208 North Howes
10
8/15/07
Supply
300 LaPorte Ave.
48
19
26
8/16/07
Patrol - Early Week
300 LaPorte Ave.
64
8/17/07
Investigations - MCU
300 LaPorte Ave.
130
8/17/07
Traffic
300 LaPorte Ave.
30
8/17/07
Victim Services
300 LaPorte Ave.
20
8/17/07
Investigations - Fraud
300 LaPorte Ave.
40
8/17/07
Patrol Administration
300 LaPorte Ave.
49
8/17/07
Crime Prevention
300 LaPorte Ave.
10
8/20/07
Patrol - Late Week
300 LaPorte Ave.
68
8/20/07
Evidence
300 LaPorte Ave.
18
8/20/07
Evidence
300 LaPorte Ave.
IA
IA
IA
IA
8/21 /07
Evidence
208 North Howes
IA
IA
IA
IA
8/22/07
Evidence
220 North Howes
IA
IA
IA
IA
8/23/07
Evidence
300 North Howes
IA
IA
IA
IA
8/23/07
Evidence
330 North Howes
IA
IA
IA
IA
8/24/07
Evidence
835 Wood Street
IA
IA
IA
IA
8/24/07
Crime Lab
300 LaPorte Ave.
10
8/24/07
Records
300 LaPorte Ave.
60
8/26/07
Records
300 LaPorte Ave.
55
TOTAL BOXES
227
1012
�-39
154
4000
204
SB
Small Box Dimensions
12"W X 16"L X 10.5"H
LB
Large Box Dimensions
15"W X 24"L X 10.5"H
XLB
XL Box, Dimensions
22"W X 24"L X 48"H
CB
Cube Box Dimensions
18"W X 18"L X 16.5"H
SCB
Small Cube Box
Dimensions
16"W X 16"L X 16"H
LFB
Lar a Flat Box Dimensions
24"W X 36"L X 10.5"H
IA I
Included Above
APPENDIX B
Existing Equipment
Department
Division/Area
Equipment
Info Services
Lab
Xerox Color Printer
Property/Evidence
Xerox multifunction co ierlscanner
Property/Evidence
Barcode printer
Property/Evidence
2 barcode scanners
Property/Evidence
2 barcode printers
Property/Evidence
2 barcode scanners
Property/Evidence
Barcode printer
Property/Evidence
3 Refrigerator/Freezers
Property/Evidence
2 S acesaver Cabinets - 36"WX84"HX18"D
Records
Scanner
Records
Microfilm Reader/Printer
Records
HP Plotter
Records
Fax Machine
Records
Fax Machine
Records
CAD/RMS Printer
Records
Heavy Volume Printer
Records
Laser printer
Records
Laser printer
Admin Area
old printer
Administration
Admin
Sire Scanner
Admin/Judy
Laser Jet 4600
Chiefs Office
4-1 printer w/fax
Prof. Stand/lA
Training
Sire Station
Professional Stds
Printer-Dsk To
Internal Affairs
Printer-Dsk To
Investigations
Fraud/Forgery
FAX Machine
Property Crimes
Desktop Color Printer
Clu
TIPS Printer
Admin Offices
Scanner
Copy/Work
FAX Machine
Fraud/Forgery
Desktop Color Printer
SRO
colorprinter'
Patrol
Captain office
desktop printer
Admin Lieutenant
desktop printer
Traffic S t
desktop printer
Crime prevention
I desktop printer
EXHIBIT B
PRICING
# Items
A. Items to be Moved
Cost/item
Total Cost
62
Computer Towers w/Monitor, Keyboard, cords
$6.00
$372.00
72
Docking Stations w/Monitor, Keyboard, Cords
$6.00
$432.00
227
Small Boxes
$4.00
$908.00
1012
Large Boxes
$5.00
$5,060.00
39
XL Boxes
$5.00
$195.00
154
Cube Boxes
$4.00
$616.00
4000
Small Cube Boxes
$4.00
$16,000.00
204
Large Flat Boxes
$4.00
$816.00
4
Faxes
$6.00
$24.00
8
Barcode Scanners/Printers
$4.00
$32.00
3
Refrigerator/Freezers
$10.00
$30.00
2
S acesaver Cabinets
$15.00
$30.00
4
Scanners
$10.00
$40.00
12
Desktop Printers
$6.00
$72.00
Subtotal Cost A 1 $24,627.00 1
B.Supplying
Cost/Item
Total Cost
227
Small Boxes
$2.00
$454.00
1012
Large Boxes
$2.50
$2,530.00
39
XL Boxes
$3.00
$117.00
154
Cube Boxes
$2.50
$385.00
204
Large Flat Boxes
$3.00
$612.00
Subtotal Cost B 1 $4,098.00 1
C. Credit for Returned Boxes
$/Item
Total Cost
205
Small Boxes
$0.50
$102.50
910
Large Boxes
$0.50
$455.00
35
XL Boxes
$0.50
$17.50
140
Cube Boxes
$0.50
$70.00
180
Large Flat Boxes
1 $0.50
$90.00
Subtotal
Cost C
$735.00
Total Cost (Not to Exceed) A+B-C 1 $27,990.00
EXHIBIT C
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under this
bid, the Service Provider shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement. The City, its officers, agents and employees shall
be named as additional insureds on the Service Provider's general liability and automobile liability
insurance policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain
during the life of this Agreement for all of the Service Provider's employees engaged in work
performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000
disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during
the life of this Agreement such commercial general liability and automobile liability insurance
as will provide coverage for damage claims of personal injury, including accidental death, as
well as for claims for property damage, which may arise directly or indirectly from the
performance of work under this Agreement. Coverage for property damage shall be on a
"broad form" basis. The amount of insurance for each coverage, Commercial General and
Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property
damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
�ACOM CERTIFICATE OF LIABILITY INSURANCE 7/26 M/DD/YY)
07/26/07
RODUCER 1-303-534-4567 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
The IMA Financial Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
IMA of Colorado, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1550 17th Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 600
Denver, CO 80202 INSURERS AFFORDING COVERAGE
INSURED INSURER A:Pinnacol Assurance
Exodus Moving & Storage, Inc. dba Brian's Moving Agents
for Stevens Van Lines c/o OnePoint Employer Solutions LLC INSURERC:
5655 S. Yosemite St., Ste 100
Englewood, CO 80111 1 INSURERD:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
FIRE DAMAGE (Anyone fire)
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GENERAL AGGREGATE
$
GE N'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$
PRO LOC
POLICY JEc
AUTOMOBILE LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per person)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
OCCUR CLAIMS MADE
a
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND
4082858
12/01/06
12/01/07
X WCSTATU- OTH-
DRYLIMIT ER
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE- POLICY LIMIT
$ 1, 000, 000
OTHER
S
a
a
DESCRIPTION OF OPERATIONSJLOCATIONSJVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
The City of Fort Collins
Purchasing
PO Box 580
Fort Collins, CO 80522
USA
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
AUTHORIZED REPRESENTATIVE Q
1
ACORD 25-S (7/97) Lynn j erayk
Q ACORD CORPORATION 19818
ACORD,M CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDNYYY)
7 26 2007
PRODUCER Phone: 970 224-5205 Fax: 970 224-4283 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Ed Murray & Sons ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
425 West Mulberry HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Suite 205
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Collins CO 80521
INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A:Vanliner Insurance Company 0
Exodus Moving & Storage, Inc. INSURERB:Markel Insurance Company 8970
Fort Collins CO 80528 East Harmony Road INSURERC:CNA SuretyCompany 972
Fort
INSURER D:
INSURER E:
GUVtKAUI=b
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADDI
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
B
GENERAL LIABILITY
8502NP2615862
1/15/2007
1/15/2008
EACH OCCURRENCE
$ 1 000 000
�{ COMMERCIAL GENERAL LIABILITY
CLAIMS MADE P OCCUR
DAMAGE TO RENTED
PREMISES Ea occurence
$ 5 0 0 0 0 0
MED EXP (Any one person)
$ rj 0 0 0
PERSONAL & ADV INJURY
$ 1 0 0 0 0 0 0
GENERAL AGGREGATE
$ 2 000 000
GEN'LAGGREGATELIMITAPPLIES PER:
X POLICY PRO-JECT LOC
PRODUCTS -COMP/OPAGG
$ 2 00O O 0
A
AUTOMOBILE
LIABILITY
ANY AUTO
TRV427280003
1/15/2007
1/15/2008
COMBINED SINGLE LIMIT
(Ea accident)
$ 1, 0 0 0, 0 0 0
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULEDAUTOS
X
X -
BODILY INJURY
(Per accident)
$
HIREDAUTOS
NON-OWNEDAUTOS
X
PROPERTYDAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
A
X
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMS MADE
UMV427280000
1/15/2007
-
1/15/2008
EACH OCCURRENCE
$ 1 000 000
AGGREGATE
$ 1 O O O O O O
DEDUCTIBLE
X RETENTION $ 0 0 0
$
WORKERS COMPENSATION AND
WC STATU- OH—
EMPLOYERS'LIABILITY
E.L. EACH ACCIDENT
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
Des describe under
SPECIALPROVISIONSbelow
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE -POLICY LIMIT
$
A
A
C
OTHER
Warehouseman's
Cargo Legal
Fidelity Bond
CGV427280003
CGV427280003
14962896
1/15/2007
1/15/2007
3/20/2007
1/15/2008
1/15/2008
3/20/2008
$500,000 $2,000 deduct
$100,000 $2,000 deduct$5,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Date of Move: Multiple moves during the months of August & September, 2007
City of Fort Collins
PO Box 580
Fort Collins CO 80522
�I\VLVLM 1IVI1
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER
WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE
CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO
SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON
THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
A!`ADn oe innnA mot
(DACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
A l�AOI'1 9G /nnn� Ines
WhdLU&&.ffiN."
In the event of early termination by the City, the Service Provider shall be paid for services rendered
to the date of termination, subject only to the satisfactory performance of the Service Provider's
obligations under this Agreement. Such payment shall be the Service Provider's sole right and
remedy for such termination.
5. Contract Sum. The City shall pay the Service Provider for the performance of this
Contract, subject to additions and deletions provided herein, per the attached Exhibit "B", consisting
of one (1) page and incorporated herein by this reference a fixed fee of Twenty -Seven -Thousand -
Nine -Hundred -Ninety -Dollars ($27,990.00).
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning this
agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. Personal Services. It is understood that the City enters into the Agreement based on
the special abilities of the Service Provider and that this Agreement shall be considered as an.
agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the City.
9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of
the services shall not be construed to operate as a waiver of any rights or benefits provided to the
City under this Agreement or cause of action arising out of performance of this Agreement.
2
SA rev06/07
10. Warran .
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment
and labor, against defects and nonconformances in design, materials and
workmanship/workwomanship for a period beginning with the start of the
work and ending twelve (12) months from and after final acceptance under
the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of
written notice from City of any such defect or nonconformances, the affected
item or part thereof shall be redesigned, repaired or replaced by Service
Provider in a manner and at a time acceptable to City.
11. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this agreement, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
3
SA rev06107
representatives, successors and assigns of said parties.
14. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers,
agents and employees against and from any and all actions, suits, claims, demands or
liability of any character whatsoever brought or asserted for injuries to or death of any person
or persons, or damages to property arising out of, result from or occurring in connection with
the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an additional
insured under this Agreement of the type and with the limits specified within Exhibit C,
consisting of one (1) page, attached hereto and incorporated herein by this reference. The
Service Provider before commencing services hereunder, shall deliver to the City's Director
of Purchasing and Risk Management, P.O. Box 580 Fort Collins, Colorado 80522 one copy
of a certificate evidencing the insurance coverage required from an insurance company
acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
17. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all
Contractors whose performance of work under this Agreement does not involve the delivery of a
specific end product other than reports that are merely incidental to the performance of said work.
4
SA rev06/07
Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that:
a. As of the date of this Agreement:
1. Contractor does not knowingly employ or contract with an illegal alien; and
2. Contractor has participated or attempted to participate in the basic pilot
employment verification program created in Public Law 208, 104th Congress, as
amended, and expanded in Public Law 156, 108th Congress, as amended,
administered by the United States Department of Homeland Security (the "Basic Pilot
Program") in order to confirm the employment eligibility of all newly hired employees.
b. Contractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement or knowingly enter into a contract with a subcontractor that knowingly
employs or contracts with an illegal alien to perform work under this Agreement.
C. Contractor shall continue to apply to participate in the Basic Pilot Program and shall
in writing verify same every three (3) calendar months thereafter, until Contractor is accepted
or the public contract for services has been completed, whichever is earlier. The
requirements of this section shall not be required or effective if the Basic Pilot Program is
discontinued.
d. Contractor is prohibited from using Basic Pilot Program procedures to undertake pre-
employment screening of job applicants while this Agreement is being performed.
e. If Contractor obtains actual knowledge that a subcontractor performing work under
this Agreement knowingly employs or contracts with an illegal alien, Contractor shall:
1. Notify such subcontractor and the City within three days that Contractor has
actual knowledge that the subcontractor is employing or contracting with an illegal
alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Contractor shall not
terminate the contract with the subcontractor if during such three days the
5
SA rev06/07
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
f. Contractor shall comply with any reasonable request by the Colorado Department of
Labor and Employment (the "Department") made in the course of an investigation that the
Department undertakes or is undertaking pursuant to the authority established in Subsection
8-17.5-102 (5), C.R.S.
g. If Contractor violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Contractor shall be liable for actual and consequential
damages to the City arising out of Contractor's violation of Subsection 8-17.5-102, C.R.S.
h. The City will notify the Office of the Secretary of State if Contractor violates this
provision of this Agreement and the City terminates the Agreement for such breach.
ATTEST:
CORPORATE SECRETARY
CITY OF FORT COLLINS, COLORADO
a mun' ' corporate n
By: j
u
James O' eill II, CPPO, FNIGP
Director of P rchasing and Risk Management
EXODUS MQVING $, STORAGE, INC.
0
CAS
PRINT NA9
viM�
CORPORAT PRESIDENT OR VICE PRESIDENT
Date: 2117 ,,7
(Corporate Seal)
SA rev06/07
0
EXHIBIT "A"
Scope of Services
6057 Moving Services -Police Facility
Service Provider will relocate the City of Fort Collins' Police Department from their present sites to
the new Police Services Facility located at 2221 Timberline Road, Fort Collins, CO. Services will be
for moving various office and other equipment and approximately 250 employees' belongings that
will be completed, through a series of three (3) phases, in August 2007.
The new building is a three (3) story building with approximately 100,000 square feet. It has three (3)
passenger elevators that service both second and third floors.
1. ORIGIN BUILDINGS
Personnel and equipment will be moving out of the following locations:
1. 300 LaPorte Avenue, with elevator
2. 222 LaPorte Avenue, ground level
3. 230 LaPorte Avenue, ground level
4. 215 North Mason Street, with elevator
5. 208 North Howes Street, ground level
6. 220 North Howes Street, ground level
7. 300 North Howes Street, ground level
8. 330 North Howes Street, ground level
9. 835 Wood Street, ground level
10. 2554 Midpoint Drive, ground level
2. PROJECT SCHEDULE
• A move "sequence" has been provided by Police Services.
• Appendix "A" provides the order in which divisions will be moved and the approximate
number of boxes at each location.
3. ITEMS TO BE MOVED
• Appendix "A" also lists the approximate number of boxes to be both supplied and
moved by Service Provider, and those to be moved only, packing, sealing and labeling of
these boxes will be done by Police Services personnel.
• The Service Provider shall be responsible for moving all PC's, printers, faxes and
general office equipment per Appendix "B".
o A minimum 62 PC Towers and 72 Lap Top Docking Stations each with Monitor
and Keyboard.
o All equipment to be moved will be disconnected by others.
o The cords and connections from the equipment will be placed in a separate box
or container.
• Moving of existing cubicle furniture and conference room furniture will not be considered
a part of this Agreement.
• All copiers will be moved by the copier vendors.
4. COORDINATION WITH THE CITY
• The Service Provider will coordinate all moving requirements with the City's Project
Manager, to include providing adequate building protection and adequate space in
parking lot for anticipated trucks, etc.
5. BUILDING PROTECTION
Masonite shall be required at both origin and new building destination points for all lobby
floor areas, elevators, secondary and main traffic corridors. All masonite shall be taped
and secured during the entire move.
Padding, corner, and wall protection is required around main door frames, along main
corridors and in elevators. The mover shall use special blue painter's tape to prevent
removal of paint from walls or frames.
All protection shall be in place before moving starts and removed by each Saturday, 12
noon phase.
MOVE PROCESS
• Meetings: The Account Manager for the Service Provider shall be required to attend
any and all pre -move coordination meetings with the project team as required. It is
estimated that 5 meetings will take place.
• Boxes: The Service Provider will supply moving boxes and special cable boxes or
containers as required to each Origin building. A contact name and location plan at all
sites will be provided at a later date.
• Tape: The Service Provider will supply box sealing tape, for the approximate number of
boxes to be supplied per Appendix "A", to each Origin building.
• Labels: The Service Provider will provide the City's Project Manager with moving
instructions and labels, as required, with a label color scheme.
• Cube Numbers: The Service Provider will post room and cubicle numbering sheets
outside each cubicle and office. Drawings will be provided.
• Building Conditions: A representative from the Service Provider shall walk the origin
locations and the new building with the City's Project Manager to note and document any
pre-existing damage to buildings. Any damage over and above what is noted will be
repaired by the owner's Contractor at the Service Provider's expense.
GENERAL
• Boxes (stacked no higher than 4) and miscellaneous items shall be located on the floor
in designated locations with moving tags visible to the future occupant. No boxes shall be
placed on top of furniture (with exception of the cable boxes) on windowsills, or other
pieces of equipment. Cable boxes are to be placed on the desktop.
• All computer equipment, to include large network printers, shall be packed and loaded
into equipment carts by the mover and verified that computer equipment is properly
labeled. If no label is present, mover shall affix a label.
• During the course of the move, the Service Provider shall designate two (2) people to
work with the City's Project Manager to address any miscellaneous move issues as they
arise.
ACCOUNT MANAGEMENT
• Responsibility: The Service Provider shall assign an Account Manager to oversee this
project. The Account Manager shall be the direct interface with the City's Project Manager
and shall be responsible for the quality of all work performed. The Account Manager shall be
ultimately responsible for the resolution of any move -related issues.
• Availability: The Account Manager and/or a designated alternate shall be available during
each phase of the move to respond to emergencies and to address performance problems
that may require immediate attention.
REQUIREMENTS
• Service Provider to provide necessary transportation, vehicles, equipment and personnel
required to complete each move.
• The Service Provider must be properly licensed and insured.
• Service Provider must conduct background screening through a 3rd parry investigating firm
for any personnel who needs access to City facilities to complete each move. Service
Provider must provide the City's Representative with a copy of the report results for each
person seeking clearance. The City may deny clearance to any personnel who meets any of
the following criteria:
a) Has an active criminal arrest warrant.
b) Has a felony arrest or conviction.
c) Has a drug -related misdemeanor or a petty offense conviction.
d) Has a non -drug -related misdemeanor or a petty offense conviction within the past three
(3) years.
e) Is a suspect in an active criminal investigation.
f) Was previously terminated from employment by the City of Fort Collins.
g) Is determined to be a threat to the safety of persons or property or to the confidentiality
of City information.
• All Evidence items moved will be moved in secure trailer/container locked with banded seal.
• Packing materials, except boxes, must be included in cost for items to be moved.
• Packing materials must be delivered to each origin building a minimum of two (2) weeks
prior to their move date.
• Service Provider will be required to pack and move all computer equipment, and have
employees with necessary training/experience moving computer type equipment.
• Provide list of types of packing material and containers to be used.
• List credit for boxes which will be broken down and returned after the move is completed.