Loading...
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.