Loading...
R18-109 1 RESOLUTION NO. R18-109 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING THE RANKING AS RECOMMENDED 5 BY THE EVALUATION COMMITTEE AND AUTHORIZING 6 THE CITY MANAGER TO SIGN AN AGREEMENT WITH 7 BELTMANN GROUP, INC., OF POMPANO BEACH, FL FOR 8 RFP NO. 015-1210-18/IT FOR MUNICIPAL COMPLEX 9 RELOCATION SERVICES; AND PROVIDING AN EFFECTIVE 10 DATE. 11 12 WHEREAS, on July 9, 2018 City staff opened and tabulated three (3) proposals 13 in response to RFP No. 015-1210-18/IT for Municipal Complex Relocation Services; and 14 WHEREAS, the RFP was issued for the services of a qualified firm to provide 15 professional relocation/moving services for the City's Municipal Complex, including City 16 Hall, West Wing and the Police Department currently located at 100 East Boynton beach 17 Boulevard; and 18 WHEREAS, the selection committee provided its scores to Purchasing Services 19 who then tabulated them to arrive at the final score for each firm and the final overall 20 ranking; and 21 WHEREAS, the City Commission of the City of Boynton Beach upon 22 recommendation of staff, deems it to be in the best interest of the citizens and residents to 23 approve the ranking and authorize the City Manager to sign an Agreement with Beltmann 24 Group, Inc., of Pompano Beach, FL for RFP No. 015-1210-18/IT for Municipal Complex 25 Relocation Services. 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 27 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 28 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 29 as being true and correct and are hereby made a specific part of this Resolution upon 30 adoption. C:\Users\StanzioneT\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.IE5\52FYTEOE\Approve_Ranking_and_Agreement_with_Beltmann_Group_trelocation)_-_Reno.docx 31 Section 2. The City Commission of the City of Boynton Beach, Florida, 32 hereby approves the ranking and authorizes the City Manager to sign an Agreement with 33 Beltmann Group, Inc.,of Pompano Beach, FL for RFP No. 015-1210-18/IT for Municipal 34 Complex Relocation Services, a copy of the Agreement is attached hereto and 35 incorporated herein as Exhibit"A". 36 Section 3. That this Resolution shall become effective immediately. 37 PASSED AND ADOPTED this 7th day of August, 2018. 38 CITY OF BOYNTON BEACH, FLORIDA 39 YES NO 40 41 Mayor— Steven B. Grant 42 43 Vice Mayor—Christina L. Romelus 44 45 Commissioner—Mack McCray 46 47 Commissioner—Justin Katz 48 49 Commissioner—Joe Casello 50 51 VOTE .cD 52 ATTEST: 53 54 55 56 Judit/A. Pyle, CMC 57 City r lerk 58 59 60 (Corporate Seal) C:\Users\StanzioneT\AppData\Local\Microsoft\Windows\Temporary Internet Fi l es\Content.IE5\52FYTEOE\Approve_Ranking_and_Agreement_with_Beltmann_Group_(relocation)_-_Resp.docx ' -1\ b - \ oak AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND RELOCATION SERVICES PROVIDER THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and BELTMANN GROUP, INC., hereinafter referred to as "Contractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Contractor is retained by the City to perform professional relocation services in connection with the RFP FOR MUNICIPAL COMPLEX RELOCATION SERVICES; RFP No.: 015-1210-18/IT. 2. SCOPE OF SERVICES. Contractor agrees to perform the services, identified in Section II — Scope of Services and attached hereto as Exhibit A. 3. TIME FOR PERFORMANCE. Work under this agreement shall commence upon written notice by the City to the Contractor to proceed. Contractor shall perform all services and provide all work product required pursuant to this agreement upon written notice to proceed. 4. TERM: This Agreement will commence upon execution by all parties and shall terminate XXXX unless otherwise terminated pursuant to Section 15 of this Agreement. 5. COMPENSATION: 5.1 The City agrees to pay to Contractor in the estimated amount of$200,000,for the services designated in Exhibit"A". All payment for services shall be in accordance with the cost as designated in the Compensation Schedule, attached hereto and incorporated herein as Exhibit "B", and invoiced by Contractor monthly. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Contractor in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Contractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Contractor's endeavors. 7. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Contractor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. 9. INSURANCE. Successful Contractor shall, at a minimum, provide, pay for, and maintain in force at all times during the term of this Contract the following insurances: Commercial Liability Insurance -A Commercial Liability Insurance Policy shall be provided which shall contain limits of no less than One Million Dollars ($1,000,000.00) per occurrence for bodily injury liability, personal injury liability and property damage liability on a per project basis, and shall contain limits of no less than a Two Million Dollars ($2,000.000.00) aggregate. Coverage must be afforded on a form no more restrictive than CG 20 10 10 01 and CG 20 37 10 01 Commercial Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: premises and operations, independent contractors, products and/or completed operations for contracts, broad form contractual coverage applicable to this specific Contract including any hold harmless and/or indemnification Contract, personal injury coverage with employee and contractual exclusions removed and policy limits shall be applied on a primary and non-contributory basis. Professional Liability (Errors & Omissions) Insurance - Professional Liability Insurance with the limits of liability provided by such policy for each claim and on a claim made basis or on an occurrence basis to be no less than one million Dollars ($1,000,000) per occurrence with a limit of no less than two million dollars ($2,000,000) aggregate. Consultant shall notify the City in writing within thirty (30) days of any claim filed or made against its Professional Liability Insurance Policy. Consultant acknowledges that the City is relying on the competence of the Consultant to design the project to meet its functional intent. If it is determined during course of the project that changes must be made due to Consultant's negligent errors and omissions, Consultant shall promptly rectify them at no cost to City and shall be responsible for additional costs, if any, of the project to the proportional extent caused by such negligent errors or omissions. Workers Compensation Insurance - Workers' Compensation insurance to apply for all employees in compliance with State Statutory limits, as may be amended from time to time, the "Workers' Compensation Law" of the State of Domicile, and all applicable Federal laws. In addition, the policy(ies) must include employers' liability with a limit of One Million Dollars ($1,000,000.00) each accident, One Million Dollars ($1,000,000.00) aggregate limit by disease and One Million Dollars ($1,000,000.00) each employee by disease. Additionally, if there will be operations undertaken on or about navigable waters, a coverage endorsement must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act. If exempt for Worker's Compensation, proper documentation shall be provided. Said general liability policy shall name the City of Boynton Beach as an "additional named insured" and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 11. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Contractor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Contractor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. TERMINATION. a. The City reserves the right to terminate this Agreement at any time by giving thirty (30) days written notice to the Contractor. b. In the event of the death of a member, partner or officer of the Contractor, or any of its supervisory personnel assigned to the project, the surviving members of the Franchisee hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Franchisee and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Contractor shall be sent to the following address: 18. INTEGRATED AGREEMENT. This Agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Contractor. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 100 E BOYNTON BEACH BLVD. BOYNTON BEACH, FLORIDA, 33435 561-742-6061 PYLEJ@BBFL.US Acp/A/C4---------- DATED this /d-day of , 20 CITY OF BOYNTON BEACH O‘leAA; BY: 2avici Lori LaVerriere, City Manager AUTHORIZED OFFICER OF COMPANY TITLE: e Attest/Authenticated: PRINT NAME: 4.7%//17 kit 614 'rri-K DATE: OA> (Corporat eal) Judy yle, City Clerk A16'4 Approved as to or . Attest/Authenticated: iiajd Jame' A. Cher•"ty Attorney '.ecret: 5 EXHIBIT A SCOPE OF SERVICES 1. PURPOSE The City of Boynton Beach (the "City"), a political subdivision of the State of Florida, located in Palm Beach County, is soliciting proposals for professional relocation/moving services from experienced movers for the relocation of the City's Municipal Complex, which consists of the main City Hall building, the west wing (Development Department) and the east wing (Police Department.) All identified contents and furnishings will be moved to two (2) different temporary locations pending the completion of the recently approved Town Square Project. The projected timeline for the completion of this project is estimated to be 24-36 months. Upon completion of the Town Square project, the City will require moving services from the temporary locations to the new buildings. This RFP is also soliciting proposals for the final move. 2. BACKGROUND The Boynton Beach City Hall/Police Department is located at 100 E. Boynton Beach Blvd, Boynton Beach, Florida 33435. The City Hall includes various departments that provide City various services and the Police Department. The City Hall section of the building is approximately 53,000 square feet and the Police Department section of the building is approximately 18,000 square feet. The City of Boynton Beach began making plans to revitalize its downtown area that will include building a new 110,000 square foot City Hall/Library complex and a separate Police Station on another piece of City owned property. This will entail City Hall and Police to move into temporary locations during construction and then move into the new buildings once constructed. The existing City Hall/Police building will be torn down. 3. SCOPE OF SERVICES TO BE PERFORMED The Contractor shall furnish all labor/personnel, move managers and coordinators, supervision, materials, supplies, tools, equipment, and expertise necessary to perform the planning, packing, relocation, unpacking, installation, and re-connection of all property. The Contractor shall work in coordination with the City's project manager, as well as other personnel of the City. The move will not be in sequence or in consecutive days and client will coordinate the road map/sequence with the successful Contractor. It should be expressed that certain groups may be need to be relocated during overnight moves, or multi-day move sequences -as well as periods of time with little to no move activity. Contractor may not cause any interruption to the day-to-day operations without prior written approval of the Project Manager. The term Vendor, Mover, or Contractor used within this solicitation are synonymous and refer to the bidder. The current City municipal buildings will be moved to three (3) temporary locations for approximately twenty-four (24) months during construction of new buildings and then will move from the temporary space to the new buildings. 3.1 Contractor agrees to commit sufficient resources to perform all services and additional services required under this Agreement within the mutually agreed upon time schedules. 3.2 The Contractor acknowledges that the City has explained the timely completion of the Services under this Agreement is of critical importance to the City. Contractor agrees that time is of the essence for completion of the Contractor's performance. 6 3.3 Revisions to the schedule which are the result of an action or omission of the City, or its employees or agents shall be mutually agreed upon by both parties and shall be in writing. 3.4 Services to be performed by Contractor are as described below. The Mover shall be responsible for confirming all types and quantities of existing furniture to be moved. 3.5 There are a significant number of items that will not move. These items include mainly furniture and fixtures and will be declared surplus prior to the move. However, we cannot provide an itemized list of these items at this time. 3.6 Provide your method for moving file cabinets (up to five (5) drawers in size). Workforce Requirements: 3.7 The workforce of the Contractor shall consist of full time professional moving personnel who are experienced with large office moves. 3.8 The Contractor will provide a full time experienced Project Manager on site. The Contractor's Project Manager and other designated representatives will work closely and collaboratively with the City's Representative during each move. The Project Manager may be requested to be on site throughout the duration of each move. 3.9 The City reserves the right to approve/or reject the Project Manager designated to work with the City. The City also reserves the right to require the removal of any member of the Contractor's move team from the site. 3.10 Contractor's workforce must be identifiable by uniform, name tags, badges or other safeguards for security purposes required by the City. 3.11 Contractor may not sub-contract any part of the move without prior approval of the City's representative Personnel descriptions/definitions: a. Move Coordinator/Project Manager: The Contractor shall furnish a Move Coordinator who will work closely with the City's Project Manager and Move Coordinator(s) in conducting pre-move coordination and planning services in the months prior to the physical relocation work. The Contractor's Move Coordinator shall have at least two (2) years experience in performing such services for commercial moves of the type required by the contract performance requirements, this person shall be a full time employee of the Contractor and should submit resume's as a response to this solicitation confirming experience in Government/Municipal move services. Contractor shall provide a resume for Contractor's Move Coordinator, which substantiates the required experience, upon the City's request. A Move Coordinator shall be available on site at all times and shall have the authority to act for the contractor at all times. Work includes development and use of necessary forms, way finding tools, processes, equipment lists, instructions, and inventory work required to fully plan and execute the work. b. Supervisors: The Contractor shall provide an on-site move supervisor who will supervise the work of Contractor's drivers, helpers, and workers during the execution of each move. When performing moves between different locations, the Contractor shall provide at least one supervisor at each point of origin and at least one supervisor at each destination point, unless otherwise approved by the City's Project Manager. Each supervisor shall have at least one-year experience in supervising commercial moves, this person shall be a full time employee of the Contractor and should submit resume's with the response to this solicitation confirming experience in Government/Municipal move services. Contractor shall provide resumes for Contractor's Move Supervisors, which substantiates the required experience, upon the City's request. Resume must include the individual's name, address, and Florida driver's license. Move supervisor shall document existing conditions prior to their work to avoid being charged for damage found during or after the move work. Work includes development and use of necessary forms, way finding tools, processes, 7 equipment lists, instructions, rate tracking, and inventory work required to fully plan and execute the work. c. Workers: Contractor shall provide workers, as required, to complete each move within the specified time frame and responsibilities. Workers will be required to perform actual moving services, including, but not limited to, disassembly, packing, labeling, moving, unpacking, loading dock and elevator supervision, reassembling City property, clean up move sites, etc., as required by the City. Workers must provide all manpower to run elevators, be staged at doors and all necessary guidance for move materials and items. d. Drivers: Contractor shall provide and obtain necessary permits and valid licenses for all drivers related to the transportation of county materials; in addition, all drivers must employ adequate driving skills. Vehicle Requirements: 3.12 All vehicles must have valid and current registration, Department of Highway Safety and Motor Vehicle Fuel Decal, if applicable, and be in safe working order. All markings and tags must be clearly visible. 3.13 Contractor must furnish clean and mechanically sound, closed-type vehicle(s) of sufficient size to accommodate the shipment and properly licensed personnel to operate such vehicle(s). Unless a specific size and type of vehicle is requested by the City, Contractor will use their best judgment in furnishing vehicles(s) of the most appropriate type and size for the required services. Contractor will not be allowed to substitute and charge for two (2) or more small vehicles if a large vehicle(s) would have been sufficient and appropriate to accomplish the job. If such instance should occur, Contractor will charge only for the lesser number of vehicles that should have been furnished. Contractor is solely responsible for vehicle insurance. Vehicle(s) must be in good repair and in compliance with all federal, state, and local laws and regulations for operation. All vehicles must be equipped sufficiently with clean pads, covers, and other protective equipment to ensure safe transit and delivery of property. Protective covering must be used during the loading and unloading operations in the event of inclement weather. 3.14 Contractor and its subcontractor(s) must be familiar with all applicable Federal, State, County, City and local laws, regulations or codes and be governed accordingly, as they will apply to this contract and the actions or operations of those engaged in the work or concerning materials. 3.15 All employees of Contractor shall be considered to be, at all times, the sole employees of Contractor and not an employee or agent of the City of Boynton Beach. The City may require Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise questionable. 3.16 Trucking and Loading Dock Limitations: Contractor shall be responsible for selection of proper vehicle(s), to fit the limitations of the origin and destination building loading docks, access, and surrounding streets. Safety Standards: 3.17 Contractor agrees and warrants that it and its workforce shall comply with applicable OSHA and EPA regulations. Further, all equipment used shall meet all requirements identified by the State of Florida. 3.18 Contractor agrees that compliance with the standards and rules and regulations identified above shall be at the Contractor's cost. Proof of compliance with the above shall be submitted at the City's request. Contractor's General Requirements: 3.19 The Contractor will provide all necessary labor and materials to carry out its 8 responsibilities within the time frames set by the City. 3.20 When disassembly and assembly of property is required, the Contractor will furnish labor and equipment sufficient to accomplish the task. 3.21 Contractor shall be responsible for packing, safe transportation and reuse of all existing hardware associated with the disassembly of equipment and furniture. 3.22 The Contractor will be responsible for safeguarding and protecting its own work, material, tools and equipment. 3.23 If the Contractor requires the use of a dumpster during the performance of the Work, the Contractor must coordinate with the City's project manager. The Contractor shall, at all times, keep the premises free from excessive accumulation of waste material or rubbish caused by its employees or work. 3.24 Contractor's Project Manager shall perform a walk-through with the City Representative to evaluate the new locations to document any existing damage. 3.25 Contractor's Project Manager is responsible for all aspects of project management for the move and punch list. 3.26 The Contractor may have to schedule work in cooperation with other contractors working on-site at City facilities. The Contractor will collaborate with the City regarding completing their work while accommodating these activities. 3.27 Contractor shall arrive at the move site promptly with all necessary equipment to complete the job. 3.28 All necessary permits, if required, are to be provided by the Contractor and such cost shall be included in the proposed prices. 3.29 All furnishings, equipment and supplies will be transported in weather tight vans. 3.30 Contractor will verify that the equipment weight will not hinder delivery of the equipment or damage property during transport. 3.31 Contractor shall provide necessary protection, padding and equipment without additional charge to the City. 3.32 Any furniture, equipment and supplies within the responsibility of the Contractor will be delivered to the destination site in good condition. Any equipment, furniture or supplies damaged or lost during the move will be the responsibility of the Contractor, who will promptly replace all damaged goods or will be responsible for the cost of repair, and at the time of final acceptance of work, the Contractor will afford the City Representative access for inspecting the work. Inspections will take place prior to approval of invoices. 3.33 Travel time to or from the Contractors facility to the work site is included in the proposal. 3.34 Any additional work required after the initial move shall be authorized by the City Representative prior to work being done. The City of Boynton Beach's Responsibility: 3.35 The City Representative will coordinate the move between the Departments and the designated Contractor's Project Manager. 3.36 City personnel will pack and label boxes, furniture and equipment. 3.37 City Representative will provide floor plans showing the furniture layout, reconfiguration before the move to the Contractor. 3.38 City staff will be responsible for packing/unpacking their personal belongings. Staff will not be responsible for emptying and refilling file cabinets. Mover shall supply all necessary packing materials on an as-needed basis. 3.39 City staff will disconnect desktops and phones and will box them up. Mover will be responsible for moving boxes to the new locations. City IT staff will unpack and reconnect of all computers and related equipment (computers, printers, faxes, telephones, keyboards, computer mice, speakers, etc.). Main server equipment will be relocated by City IT staff and is not included in this scope. 9 3.40 City staff will coordinate the move of all leased copiers. The Contractor will be responsible for moving City-owned copiers and multi-function devices. This equipment will be identified during the walk-thru. 3.41 The final move schedules will be determined by the City. There will be no additional fees, costs or penalties to the City as a result of schedule changes. The City will advise the Contractor of changes as far in advance as possible. The City and the Contractor will jointly establish a detailed work schedule. Penalties: 3.42 If, during the term of this Agreement, the Contractor fails to provide property protection that is reasonable and necessary as determined by the City, and damage ensues, the Contractor shall immediately repair the damage in an acceptable manner to the City, or the City shall have the option, but not the obligation, to repair and charge the Contractor for all costs of the repair. 3.43 If the Contractor fails to maintain the premises in a neat and rubbish free condition, as mandated by fire and personal safety standards and acceptable to the City, the City may clean the area and charge the Contractor for the cost of the work. 3.44 If the Contractor fails to arrive at the previously agreed upon locations at the agreed upon time, and with a full complement of staff and equipment to complete the work required, a penalty may be charged equaling 10% of the charges for that phase of work. Schedule: The move(s) are expected to occur sometime between August and October 2018. All moving dates and schedules listed herein are not to be considered exact and may be modified by the Project Manager at no additional cost to the City. EMPLOYEE COUNT AT CURRENT LOCATIONS (ESTIMATED) City Hall (Main) West Winq Police Department Building and Zoning 20 Utilities 12 Clerk 5 Comm. & Marketing 2 Dev Services 13 Economic Development 2 ITS 14 HR 10 Public Works 2 Finance 14 Community Standards 23 City Commission 5 City Attorney 2 City Manager 3 Other 3 5 200 to EXHIBIT B FEES AND PAYMENTS REQUEST FOR PROPOSAL FOR MUNICIPAL COMPLEX RELOCATION SERVICES RFP No.: 015-1210-18/IT PRICE PROPOSAL FORM LABOR ITEM DESCRIPTION REGULAR HOURLY OVERTIME RATE HOURLY RATE 1. Move Coordinator/Project Manager $ 40.00 p/hr $ 40.00 p/hr 2. Move Supervisor $ 32.00 p/hr $ 32.00 p/hr 3. Move Workers $_24.00 p/hr $ 24. 00 p/hr 4. Move Drivers $ 26.00 p/hr $ 26.00 p/hr 5. Move Installers $ 28.00 p/hr $ 28.00 p/hr 6. File Move Attendants $ 24.00 p/hr $ 24.00 p/hr 7. Installation Project Manager $ 32. 00 p/hr $ 32. 00 p/hr EQUIPMENT ITEM DESCRIPTION Unit Price / Unit of Measure Moving Van, 1,592 cubic foot 1. minimum truck includes truck and $ 448.00 p/day driver Moving Van, 1,401 cubic foot 2. minimum truck includes truck and $ 448.00 p/day driver Moving Van, 855 cubic foot $ N/A p/day 3. minimum truck includes truck and driver THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. RFP No.015-1210-181IT 11 EXHIBIT B FEES AND PAYMENTS REQUEST FOR PROPOSAL FOR MUNICIPAL COMPLEX RELOCATION SERVICES RFP No.: 015-1210-18/IT PRICE PROPOSAL FORM(continued) EQUIPMENT ITEM I DESCRIPTION Unit Price / (Mit of Measure Moving Van. 669 cubic foot 4. minimum truck includes truck and $ N//I p/day driver Moving Van, 400 cubic foot NDN p/day 5. minimum truck includes truck and $ driver Moving Van, 317 cubic foot 6. minimum truck includes truck and $ N/� _p/day driver Proposer shall attach a copy of its rate sheet for use in pricing additional materials, equipment services as needed.These additional materials may include including cartons, bubble wrap, pallet jacks,wooden equipment carts,tape,shrink-wrap,etc. Bettmann @Loup Inc AUTHORIZED SIGNATURE COMPANY NAME ( 954 ) 977-4552 SL.e,ahen L. Bunch TELEPHONE NO. PRINTED NAME Sates Cono,Ltant Steve. �.unchu78.e.�tmann. com TITLE E-MAIL ADDRESS July 9th, 2018 DATE • 12 EXHIBIT B FEES AND PAYMENTS beltmonnGROUP www.beltmann.com MATERIAL&EQUIPMENT RATE SHEET Material Description Rate Plastic Moving Crates(Rental) *$.25 per crate per day Legal Size Office Tote Box(2.5 cubic Ft.) @$2.50 each Book Carton(1.5 cubic Ft.) @$2.00 each Speed Pack Container(15 cubic Ft.) @$15.00 each (Note:Speed packs used during relocations are$2.50 each.) Anti-Static Bubble Bags(For Computers) @$2.00 each Anti-Static Bubble wrap(24"x250')per roll @$75.00 per roll Regular Clear Bubble wrap(24"x250')per roll @$60.00 per roll Tape @$2.00 per roll Rolled Corrugated Card Board(48"x250') @$50.00 per roll (Note:Corrugated used to protect facilities are at no charge) Movers Packing Paper *$.50 per pound Stretch Wrap(24"x 250') @$30.00 per roll Equipment Description Rate Four-wheel Dollies (Four-wheel dollies used by the Beitmann crew while performing the move are at no charge) (Note:If it is required that the four-wheel dollies remain on-site a daily rental fee of 5.50 per dolly per day will apply.) Panel Carts (Panel Carts used by the Beitmann crew while performing the move are at no charge) (Note:If it is required that the panel carts remain on-site a daily rental fee of$3.50 per cart per day will apply.) Book Carts @$2.50 per cart par day Beitmann Group incorporated 3039 N.Andrews Ave.Extension,Pompano,FL 33064 Toll Free(800)-829-4440 Telephone(954)-977.4552 Fax(954)-977-5963 Stephen Bunch,Commercial Relocation Consultant Mobile 954-325-7473 Dade MR-143 Broward 55 Palm Beach MO1-0031 (44.41.11. northAmerican. 13