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