HomeMy WebLinkAboutC-2990 - Library Relocations ServicesCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
e'z —i3 -9�
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: April 13, 1994
SUBJECT: Contract No. C -2990
Description of Contract Library Relocation
Effective date of Contract April 1, 1
Authorized by Minute Action, approved on March 28, 1994
Contract with National Library Relocations, Inc.
Address 70 Bridge Road
Central Islip, NY 11722
Amount of Contract $33704
�t/GL %j✓�U� 6e ,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
March 28, 1994
• City Council Agenda
Item No.—
COMMUNITY SERVICES DEPARTMENT
TO: Mayor and Members of City Council
p ff?
FROM: Community Services Department
SUBJECT: Services Agreement for Library Relocations Services APPROVED
RECOMMENDATION:
1. Find that the proposals received from Penn -Van & Storage and Relocation Systems
are non - responsive.
2. Award service agreement to National Library Relocations for a total cost of
$33,704, and authorize the Mayor and the City Clerk to execute the agreement.
DISCUSSION
By 5:00 pm on February 22, the Purchasing Division had received proposals from five
vendors:
PROPOSER SUBMITTED BID
Penn Van & Storage $30,700
Relocation Systems 32,960
National Library Relocations 33,704
Hallett Movers 36,682
Alex Moving 48,175
The two lowest bidders, Penn Van & Storage and Relocation Systems, did not submit the
required information specified in the Request for Proposals. Each failed to provide a
library plan for relocation services to be rendered, the requested library references,
indicating experience in moving and integrating library collections from multiple locations,
and a time table for work to be performed. The proposals did not indicate ability and
experience to provide relocation services to a public library. Accordingly, staff
recommends that the Penn Van & Storage and the Relocation Systems proposals be
rejected as non - responsive.
The third lowest bidder, National Library Relocations, is a qualified relocation firm with
significant experience in moving libraries. The proposal submitted by National Library
Relocations responded with specifics and details to the requirements of the Request for
Proposal. The firm has demonstrated in their proposal that they have the expertise to move
and integrate library collections of comparable or greater size.
Services Agreement for 'brary Relocations Services March 28, 1994
T Page 2
This service agreement provides for the moving and integrating the library materials
(135,000 volumes) and moving equipment and specified pieces of furniture from the
Newport Center Library, the Balboa Branch Library and a storage room at the West
Newport Community Center to the new Central Library at 1000 Avocado Avenue.
Funds for this project have been appropriated and are available in the 1993(94 budget,
account no. 984 - 000 -10.
Plans and specifications for the relocation project were prepared by the Library Services
Division. It is anticipated that work will be completed in June 1994.
)PS onna
Community Services Director
0 C -Z?70
CONTRACTOR AGREEMENT FOR LIBRARY RELOCATION
THIS AGREEMENT, entered into this 1st day of April, 1994, by
and between CITY OF NEWPORT BEACH , a Municipal Corporation
(hereinafter referred to as "City "), and National Library
Relocations, Inc, whose address is 70 Bridge Road, Central Islip,
New York 11722, (hereinafter referred to as "Contractor ") , is made
with reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and
validly existing under the laws of the State of California
with the power to carry on its business as it is now being
conducted under the statutes of the State of California and
the Charter of the City.
B. The principal members of Contractor are Scott
Miller, President, and William Overton.
C. City desires to engage Contractor to relocate
specified library materials to the new library upon the terms
and conditions contained in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the
undersigned parties as follows:
1. TERM
This Agreement shall be effective as of the 1st day of April,
1994, and shall terminate on the 30th day of September, 1994,
unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
Contractor shall perform the tasks set forth in The City of
Newport Beach Public Library Request for Proposals, dated January
31, 1994, attached as Exhibit "A" and made a part of this
Agreement.
COMPENSATION TO CONTRACTOR
Compensation for services performed pursuant to this Agreement
shall be $33,704.00.
STANDARD OF CARE
All of the work shall be performed by Contractor or under
Contractor's supervision. Contractor represents that it possesses
the professional and technical personnel required to perform the
services required by this Agreement and that it will perform all
-1-
• 0
services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and
experienced personnel who are not employed by City nor have any
contractual relationship with City. The Contractor shall be
responsible to City for any errors or omissions in the execution of
this Agreement.
5. INDEPENDENT PARTIES
City retains Contractor on an independent contractor basis and
Contractor is not an employee of the City. The manner and means of
conducting the work are under the control of Contractor, except to
the extent they are limited by statute, rule or regulation and the
express terms of this Agreement. No civil service status or other
right of employment with City will be acquired by virtue of
Contractor's services. None of the benefits provided by City to
its employees, including, but not limited to, unemployment
insurance, worker's compensation plans, vacation and sick leave,
are available from City to Contractor, its employees or agent.
Deductions shall not be made for any state or federal taxes, FICA
payments, PERS payments or other purposes normally associated with
an employer - employee relationship from any fees due Contractor.
Payments of the above items, if required, are the responsibility of
Contractor.
6. COOPERATION
Contractor agrees to work closely and cooperate fully with
City's designated Project Administrator, and any other agencies
which may have jurisdiction or interest in the work to be
performed. City agrees to cooperate with the Contractor on the
project.
7. PROJECT MANAGER
The Contractor shall assign the
who shall coordinate all phases of
Manager shall be available to th e
Contractor has designated William
Manager.
8. TIME OF PERFORMANCE
project to a Project Manager,
the project. This Project
City at all times. The
Overton to be its Project
The tasks to be performed by Contractor under this Agreement
shall be completed in accordance with paragraph VII of the Request
for Proposal (Exhibit "A"). A penalty of $500.00 per day liquidated
damages will be deducted from compensation for each day over eight
(8) workdays (Monday- Friday, 8:00 a.m. to 5:00 p.m.) allowed for
the move.
-2-
• 0
9. CITY POLICY
Contractor will discuss and review all matters relating to
policy and project direction with the Project Administrator in
advance of all critical decision points in order to ensure that the
project proceeds in a manner consistent with City goals and
policies.
10. PROGRESS
Contractor is responsible to keep the Project Administrator
and /or his /her duly authorized designee informed on a regular basis
regarding the status and progress of the work, activities performed
and planned, and any meetings that have been scheduled or are
desired.
11. HOLD HARMLESS
Contractor agrees to indemnify, defend, save and hold harmless
City, its City Council, boards and commissions, officers and
employees from and against any and all loss, damages, liability,
claims, suites, costs and expenses for damages of any nature
whatsoever, including, but not limited to, bodily injury, death,
personal injury, property damages, attorneys fees and court costs
arising from any and all negligent actions of Contractor, its
employees, agents or subcontracts in the performance of services or
work conducted or performed pursuant to this Agreement.
Contractor shall indemnify and hold harmless City, its City
Council, boards and commissions, officers and employees from and
against any and all loss, damages, liability, claims, suits, costs
and expenses whatsoever, including reasonable attorneys' fees,
accruing or resulting to any and all persons, firms or corporations
furnishing or supplying work, services, materials, equipment or
supplies arising from or in any manner connected to the
Contractor's negligent performance of services or work conducted or
performed pursuant to this Agreement.
12. INSURANCE
Without limiting consultant's indemnification of City,
Contractor shall obtain and provide and maintain at its own expense
during the term of this Agreement policy or policies of liability
insurance of the type and amounts described below and satisfactory
to the City. Such policies shall be signed by a person authorized
by that insurer to bind coverage on its behalf and must be filed
with the City prior to exercising any right or performing any work
pursuant to this Agreement. All insurance policies shall add as
insured the City, it selected officials, officers and employees for
all liability arising from Contractor's services as described
herein.
-3-
0 i
Prior to the commencement of any services under this
Agreement, Contractor shall provide to city certificates of
insurance from an insurance company certified to do business in the
State of California, with original endorsements, and copies of
policies, if requested by City, of the following insurance, with
Best's Class rating of AAA as required in paragraph XI of Exhibit
"A" and a performance bond as required by paragraph X of Exhibit
"A"
All policies must be endorsed to state that coverage shall not
be suspended, voided or canceled by either party, or reduced in
coverage or in limits except after thirty (30) days' prior notice
has been given in writing to City. Contractor shall give to City
prompt and timely notice of claim made or suit instituted arising
out of Contractor's services under this Agreement. Contractor
shall also procure and maintain, at its own cost and expense, any
additional kinds of insurance, which in its own judgment may be
necessary for its proper protection and prosecution of the work.
Contractor agrees that in the event of loss due to any of the
perils for which it has agreed to provide comprehensive general and
automotive liability insurance, that Contractor shall look solely
to its insurance for recovery. Contractor hereby grants to City,
on behalf of any insurer providing comprehensive general and
automotive liability insurance to either Contractor or City with
respect to the services of Contractor herein, a waiver of any right
of subrogation which any such insurer of said Contractor may
acquire against City by virtue of the payment of any loss under
such insurance.
13. PROHIBITION AGAINST TRANSFERS
Contractor shall not assign, sublease, hypothecate or transfer
this Agreement or any interest in this Agreement, directly or
indirectly, by operation of law or otherwise without prior written
consent of City. Any attempt to do so without consent of City
shall be null and void, and any assignee, sublessee, hypothecate or
transferee shall acquire no right or interest by reason of an
attempted assignment, hypothecation or transfer.
The sale, assignment, transfer or other disposition of any of
the issued and outstanding capital stock of Contractor, or of the
interest of any general partner or joint venturer or syndicate
member or cotenant if Contractor is a partnership or joint venture
or syndicate or cotenancy, which shall result in changing the
control of Contractor, shall be construed as an assignment of this
Agreement. Control means fifty percent (50 %) or more of the voting
power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership or joint venture.
-4-
• •
14. ADMINISTRATION
The Assistant City Librarian or his /her designees shall be
considered the Project Administrator and shall have the authority
act for the City under this Agreement. The Project Administrator
or his /her authorized representative shall represent the City in
all matters pertaining to the services to be rendered pursuant to
this Agreement.
15. EXTRA WORK
Contractor shall not receive compensation for any extra work
unless first authorized in writing by the Project Administrator,
Contractor shall not be entitled to extra compensation without
written authorization.
16. RECORDS
Contractor shall keep records and invoices in connection with
its work to be performed under this Agreement. Contractor shall
maintain complete and accurate records with respect to the costs
incurred under this Agreement. All such records shall be clearly
identifiable. Contractor shall allow a representative of City
during normal business hours to examine, audit and make transcripts
or copies of such records. Contractor shall allow inspection of
all work, data, documents, proceedings and activities related to
the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
17. REIMBURSEMENT FOR EXPENSES
Contractor shall not be reimbursed for any expenses unless
authorized in writing by City.
18. PAYMENT OF COMPENSATION
Contractor shall submit invoices to the City in accordance
with Contractor's schedule of fees contained in Exhibit "A ". Each
invoice will be itemized. Each invoice shall show the number of
hours worked per person /consultant and the nature of the work
performed.
City shall make payments to Contractor within thirty (30) days
of receiving an invoice unless City disputes the amount Contractor
claims is owed under this Agreement.
19. ERRORS AND OMISSIONS
In the event that the Project Administrator determines that
the Contractor's negligence, errors or omissions in the performance
of work under this Agreement has resulted in expense to City
greater than would have resulted if there were no such negligence,
-5-
errors or omissions in the plans or contract specifications,
Contractor shall reimburse City for the additional expenses
incurred by the City. Nothing herein is intended to limit City's
rights under other Sections of this Agreement.
20. TEN PERCENT (10 %) WITHHOLDING
The City reserves the right to refuse to pay all billings
requesting amounts in excess of ninety percent (90 %) of the total
compensation provided herein until the project is completed and
approved by the Project Administrator.
21. NONDISCRIMINATION BY CONTRACTOR
Contractor represents and agrees that Contractor, its
affiliates, subsidiaries or holding companies do not and will not
discriminate against any subcontractor, consultant, employee or
applicable for employment because of race, religion, color, sex,
handicap or national origin. Such nondiscrimination shall include,
but not be limited to, the following: employment, upgrading,
demotion, transfers, recruitment, recruitment advertising, layoff,
termination, rates of pay or other forms of compensation and
selection for training, including apprenticeship.
22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTOR
City reserves the right to employ other consultants in
connection with this project.
23. SUBCONTRACTING
A. Contractor shall not subcontract any portion of the
work required by this Agreement, except as expressly stated
herein, without prior approval of City.
B. Subcontracts, if any, shall contain a provision
making them subject to all provisions stipulated in this
Agreement.
24. NOTICES
All notices, demands, requests or approvals to be given under
this Agreement shall be given in writing and conclusively shall be
deemed served when delivered personally or on the second business
day after the deposit thereof in the United States mail, postage
prepaid, registered or certified, addressed as hereinafter
provided.
cm
• •
All notices, demands, requests or approvals from Contractor to
City shall be addressed to City at:
City of Newport Beach
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA 92659 -1768
Attention: Tom Johnson
All notices, demands, requests or approvals from City to
Contractor shall be addressed to Contractor at:
National Library Relocations, Inc.
70 Bridge Road
Central Islip, New York 11722
25. TERMINATION
In the event Contractor hereto fails or refuses to perform any
of the provisions hereof at the time and in the manner required
hereunder, Contractor shall be deemed in default in the performance
of this Agreement. If such default is not cured within a period of
two (2) days, or if more than two (2) days are reasonably required
to cure the default and Contractor fails to give adequate assurance
of due performance within two (2) days after receipt by Contractor
from City of written notice of default, specifying the nature of
such default and the steps necessary to cure such default, City may
terminate the Agreement forthwith by giving to the Contractor
written notice thereof.
City shall have the option, at its sole discretion and without
cause, of terminating this Agreement without cause by giving seven
(7) days' prior written notice to Contractor as provided herein.
Upon termination of this Agreement, each party shall pay to the
other party that portion of compensation specified in this
Agreement that is earned and unpaid prior to the effective date of
termination.
26. COST OF LITIGATION
If any legal action is necessary to enforce any provision
hereof or for damages by reason for an alleged breach of any
provisions of this Agreement, the prevailing party shall be
entitled to receive from the losing party all costs and expenses in
such amount as the court may adjudge to be reasonable attorneys'
fees.
-7-
27. COMPLIANCES
Contractor shall comply with all laws, state or federal and
all ordinances, rules and regulations enacted or issued by City.
28. WAIVER
A waiver by City of any breach of any term, covenant or
condition contained herein shall not be deemed to be a waiver of
any subsequent breach of the same or any other term, covenant or
condition contained herein whether of the same or a different
character.
29. INTEGRATED CONTRACT
This Agreement together with Exhibit "A" and Contractor's
Proposal represents the full and complete understanding of every
kind or nature whatsoever between the parties hereto and all
preliminary negotiations and agreements of whatsoever kind or
nature are merged herein. No verbal agreement or implied covenant
shall be held to vary the provisions hereon. Any modification of
this Agreement will be effective only by written execution signed
by both City and Contractor.
IN WITNESS WHEREOF, the parties have caused this Agreement to
be executed on the day and year first written above.
APPROVED AS TO
wb \agr \H brary.agt
3 -22 -94
cm
CITY OF NEWPORT BEACH
A Mu . . 1 Corporation
B
-yi',�ZtiYd o�
CONTRACTOR
By: �,X-Q— 0. &i
• •
THE CITY OF NEWPORT BEACH PUBLIC LIBRARY
REQUEST FOR PROPOSALS
FOR MOVING LIBRARY MATERIALS IN NEWPORT BEACH
TO THE NE1N CENTRAL LIBRARY
The Cite of Newport Beach seeks proposals front qualified and experienced library plovers
for the purpose of moving and integrating the library's materials, and moving equipment
and a limited amount of furniture hom the Newport Center Library, 856 San Clemente
Drive; the Balboa Branch Library, 1.00 East Balboa Boulevard; and a storage room at the
West Newport Community Center, S83 West 15th Street; to the new Central Library, 1000
Avocado Avenue; all locations in Newport Beach. Floor layouts of each facility is
Attachment A.
The City is completing a new Central Library (54,000 sq. ft. ) at 1000 Avocado Avenue in
the Newport Center area of Newport Beach.
Date and Time of Submittal
One original plus two copies of a response to this Request for Proposal must be
received to the attention of Bill West, Purchasing Division, City of Newport Beac1),
3300 Newport Boulevard, P.O. Box 1765, Newport Beach, California 92655, no later
than 5:00 pm PST, February 22, 1994.
II. Limitation of Award
This Request for Proposal does not con-unit the City of Newport Beach to award a
contract, nor to pay any costs incurred in the preparation and submittal of the
Proposal in anticipation of a contract. The City reserves the right to reject any or all
proposals and to waive any irregularities therein. if all proposals should exceed
funds available, The City reserves the right to accept /reject all or part of the
proposals.
II1. Contact Person
For further infornnation regarding this Request for Proposal, you may contact Ton)
Jolu)son, Assistant City Librarian at 714 -644 -3185.
IV. No Pre - Proposal Conference; Contractor's Responsibility to be hnformed
It is the contractor's sole responsibility to ascertain what library materials are to be
moved, to be familiar with the locations and facilities, and to be aware of all
situations that night affect the contractor's performance of the contract prior to the
submission of the proposal. In this document and its attacli ner.ts, the City has
atten)pted to describe accurate]\, the kinds of materials to be moved, the features of
the facilities that might affect tae mope and other relevant conditions of awl ich the
staff has knowledge. Hovwever, it is possible that important infcrrn)atiol) Which an
experienced library mover might discover on a visit to the sites has been
Request for PropoO
Page 2
• 01/31/94
inadvertently omitted. The City takes no responsibility for that eventuality. A
review of the sites, while not required, is recommended.
The only opportunity to receive a staff guided tour of the facilities will be February
11 (Friday) at 1:30 pm. Contact Tom Johnson, Assistant City Librarian, at the
Newport Center Library, 856 San Clemente Drive, at 714- 644 -3188 to reserve space.
This is the on1v time to access the new Central Library which is under construction.
Any submission of a proposal will certify that the contractor accepts full
responsibility for understanding the conditions of the job. The City will not make
allowances or concessions to a contractor for any alleged misunderstanding or
misinformation relating to the quantity, character, location or extent of services to be
Performed or other conditions.
V. Oualifications of Contractor
Contractor shall have sufficient qualified personnel and equipment to perform the
prescribed services as specified. Contractor shall submit evidence of qualifications
as itemized:
A. Contractor must have successfully moved:a minimum of tluee (3) libraries
during the past three (3) years, two (2) of which have been collections in
excess of 135,000 volumes. The contractor must furnish a list of library
moves with the proposal for reference purposes. The list must include the
date of the move, the size and type of library collection and the name and
telephone number of the librarian in charge of each library moved.
Contractor must demonstrate experience in moving a library where merging
and integration, similar to the move described herein, has been successfully
accomplished.
B. Contractor shall furnish with the proposal a resume of the person who will
have responsibility for directing the move and the merging of the library
collection. The resume shall list the libraries in which the person had full
responsibility for directing the move and merging the library collection. The
resume shall contain references, with telephone numbers, and a staff contact,
of those libraries listed. The estimated number of other personnel that will be
employed during this move also should be included.
C. Contractor shall furnish all equipment, preferably movable boot: trucks
specifically designed for moving books or other equipment designed for the
specific purpose, ramps, dollies, tags, labels, vehicles and all other materials
and labor necessary to execute the move.
Request for Prop
Page
• 01/31/94
The contractor must describe the equipment that will be used for the move
including dimensions, design and sketch(cs) of the book trucks. The
description must state whether the equipment is owned, leased or rented and
the proposal must demonstrate that sufficient equipment be available to
complete the move within the scheduled time.
D. The contractor shall disclose all subcontractors including a description of
their work or services and the extent of their participation in the move.
VI. Scooe of Work
A. The contractor shall perform all services and shall furnish all supervision,
labor and materials, supplies and equipment, including any tagging and
labeling, packing, padcling and crating of materials, necessary to remove the
specified library property from its present locations and transport it to its
new location, place in the new location and set -up pursuant to the directions
provided. Prices shall inclu3e all costs associated with said moving and set-
up.
B. All materials shall be shelved in the new Central Library according to the
plan developed in consultation with the Assistant City Librarian. It must
conform to a percentage fill ratio per stack section (e.g., a set percent capacity
per shelf with the likelihood that sore shelves will remain empty).
C. The shelves in the new Central Library shall be v,,iped free of dust by the
contractor before books are placed onto the shelves.
D. Contractor shall be responsible for vacuum cleaning all books to be moved
before the material is brought into the new librarti . Ordy the exposed surface
of the books (top and sides) needs to be cleaned. The equipment to be used
shall be described in the proposal.
E. Library materials to be moved are as fdllows:
Request for Propo 0 01/31/94
Page 4
LIBRARY MATERIALS FROM NEWPORT CENTER LOCATION TO BE
MOVED AND INTEGRATED
Books from Nemport Ccnter Locniion
Collection
Size
Rental Books
21
NeNv Books
144
Adult Fiction
657
(including Westerns)
linear ft
Adult Mysteries
303
Adult Science Fiction
84
Large Print
99
Adult Biography
336
Adult Oversize Art Books
24
Adult Non- Fiction
1917
(Dewey 000 -999)
1st Floor, Popular Library
Adult Reference Coll.
1352
(includes periodical indexes)*
Adult Reference Desk
60
Picture Books
174
Easy Readers
39
Juvenile Fiction
270
Pop -Up Books
6
Juvenile Reference*
53
Juvenile Non - Fiction
479
(Dewey 000 -999)
Young Adult Fiction
24
Central Library Location
linear ft 1st Floor, Popular Library
linear ft 1st Floor, Popular Library
linear It 2nd Floor, NW
linear ft
2nd Floor,
NW
linear ft
2nd Floor,
NJW
linear ft
1st Floor,
Popular Library
linear ft
2nd Floor
1st Floor, Children's Area
linear ft
2nd Flom,
Center, East
linear ft
2nd Floor
400
linear ft 2nd Floor, Center, East
linear ft
2nd Floor, Center
linear ft
1st Floor, Children's Area
linear ft
1st Floor, Children's Area
linear ft
1st Floor, Children's Area
linear ft
1st Floor, Children's Area
linear ft
1st Floor, Children's Area
linear ft
1st Floor, Children's Area
linear ft 1st Floor, Popular Library
* From the public area and staff work areas.
Recording
s from Neetyport Center Lochtion
Collection
Size
Central Library Location
Adult Videos
Public Collection
225
linear ft
1st Floor, Popular Library
Storage Collection
66
linear ft
1st Floor, Popular Library
Boxed Collection*
400
items
:st Floor, Popular Library
Adult Books on Cassette
34
linear It
1st Floor, Popular Library
Juvenile Videos
51
linear ft
1st Floor, Children's Area
Juvenile Books on Cassette
6
linear ft
1st Floor, Children's Area
.Adult Audio Cassettes
450
items
1st Floor, Popular Librar y
Request for Prop
Pare 5
Collection
Juvenile Audio Cassettes
Juvenile Kits
Adult Compact Discs
Juvenile Compact Discs
• 01/31/94
Size
Central Library Location
300 items
1st Floor, Children's Area
200 items
1st Floor, Children's Area
2400 items
1st Floor, Popular Library
40 items
1st Floor, Children's Area
* Approximately 400 videos arc boxed in 15 boxes containing on average 26
videos; each box is 191/4" x 14 1/4 " x 8 3/4 ", all videos must be
integrated into shelf order.
Periodicals ('0111 Neropor( CoWcr Locnlion
Collection
Sire
Central Library Location
J
Adult Magazine /Journal
1000 volumes
1st Floor, Children's Area
Collection Backfile
1st Floor, Popular Library
(Box Files & Bound)*
Public Collection
701 linear ft
2nd Floor, SE
Storage
51 linear ft
2nd Floor, SE
Newspaper Backfile
**
2nd Floor, SE
Juvenile Periodicals
6 linear ft
1st Floor, Children's Area
From public area and staff work areas.
* See Attaclunent B for list of titles and Backfile holdings.
Mass Mnrkei Pnperbncks
Collection
Adult Paperbacks
Juvenile Paperbacks
Young Adult Paperbacks
Micro ones
Size
Central Library Location
2000 volumes
1st Floor, Popular Library
1000 volumes
1st Floor, Children's Area
750 volumes
1st Floor, Popular Library
Collection Size
Microfilm Rolls (in Boxes) 3650
Microfilm Cartridges 1775
Microfiche 80,000
Central Library Location
rolls 2nd Floor, Center
cartridges 2nd Floor, Center
cards* 2nd Floor, Center
.vliaofilm and microfiche collections, ���hich are presently housed in cabinets
and on carousel units, shall be moved in boxes furnished by the contractor,
�Vlnch are suitable for such purposes. The exact dimensions and design of the
container shall be submitted with the proposal.
* Estimate based on 1" = 220 cards.
Request for Prop*
Page 6
Literact/ Office'
Collection
Book Collection
Circulation -Returns
•
Size
57 linear ft
01/31/94
Central Library Location
1st Floor, Literacy Office
As a final step in the relocation process, the contractor will be required to
move library materials (books, recordings) that have been returned from
circulation. Items return on average at a rate of 1400 per day. Library staff
Mill arrange the materials in shelf order on vacated Newport Center shelves.
The contractor will retain the order, move to the new building and transfer to
sorting shelves.
LIBRARY MATERIALS FROM \VEST NE VIDORT COMMUNITY CENTER
Approximately 20,000 books in 900 boxes; each box is 19 1/4" x 14 1/4" x 8
3/4" /1.39 cubic feet in size; on average, each box holds 22.5 books and
weighs 35 lbs. The books are a combination of circulating fiction and non-
fiction and must be integrated (moved and.shelved in proper order) vvith the
books from Newport Center and Balboa. An inventory list of all boxes will be
provided to the contractor. A sample inventory sheet is Attachment C.
LIBRARY MATERIALS FROM BAL BOA BRANCH LIBRARY
Collection Size Central Library Location
Adult Magazines 210 linear ft 2nd Floor, SE
Backfiles (bound & unbound)
Books 175 linear ft 2nd Floor
The magazines and books must be integrated (moved and shelved in proper
order) with the books and magazine, from Newport Center and the West
Newport Community Center.
F. Equipment to be moved from the Newport Center location consists primarily
of microcomputers, terminals, printers, other peripherals and photocopiers.
Only a Yew pieces of furniture, primarily microcomputer workstations, will be
moved. A list of equipment and furniture to be moved is Attaclunent D. The
final list will be prepared for contractor; variance of items will not exceed � or
-10 %.
Request for Prop
Page 7
0 01/31/94
All equipment and furniture will be designated, labeled or tagged by the
library staff. Tags and /or labels shall be furnished by the contractor at least
two (2) weeks prior to the beginning move date.
G. There are file, storage and other cabinets of which [lie contents will be packed
and moved by the contactor. They are as follows:
Pocking Contents to he Pnckcd hit Movers:
Pile Cabinets -- (5) Administration and (2) Staff Room
'W \ V x 24 "D x 65 "H
5 @ 5 drawers each
2 @ 4 drawers each
(total drawers = 33)
Total cabinets = 7
Pamphlet Files -- (4) Public Area
36 "W x 19 "D x 51 "H
4 c, 4 drawers each
(total drawers = 16)
Total cabinets = 4
Supply Cabinets -- (8) Staff Area
36 "W x 24 "D x 78 "H
8 @ 7 shelves each
(total shelves = 56)
Total cabinets = 8 (4 = copier supplies; 4 = office supplies)
Cabinet with Sliding Doors -- (2) Staff Area
34'W x 16 "D x 27 "H
2 @ 2 shelves each
(total shelves = 4)
Total cabinets = 2
Cabinet with Sliding Door -- (1) Staff Area
401/2" �,Y x 19 "D x 50 1 /2 "H
Total cabinet = 1
Data Tape and Binder Cabinet -- (1) Computer Room
(includes all binders)
36" TV x 19 "D x 83 "H
Total cabinet = 1
Peyucst for Prof
Page 8
• 01/31/94
H. Contents and materials from desks /workstations will be moved from
Newport Center. Contactor shall provide necessary cartons, tape, tags and
labels to pack library staff desks and office materials, files and storage
cabinets, including circulation, reference and children's area desks and
stations at least two (2) weeks prior to the move. Library staff will be
responsible for packing small supplies, papers, books and other personal
belongings.
A listing of the number of desks /workstations, files and storage cabinets is
Attachment L.
VII. Schedule
The relocation will be coordinated with the construction schedule of the general
contractor and the City's project manager for the new Central Library. The earliest
possible date to begin the move is estimated to be June 1, 1994. Contractors are
cautioned that dte moving must be coordinated with the planned completion dates
of the construction. The proposal must anticipate the possibility of the general
contractor not meeting the June 1, 1994 date. The City shall provide the contractor a
minimum of two (2) weeks notice of exact work date to begin. The move must be
completed within eight (8) working days of the start day (Monday - Friday, 8 am to
5 pm). The start date and completion date may only be extended upon agreement of
the parties.
A penalty of $500.00 per day will be imposed to each day the move exceeds the eight
(8) working days allowed for the move.
VIII. Protection of Facilities
A. The contractor shall take the necessary precautions to prevent damage or
injury to existing property at the various sites, including along the move
route, or adjacent thereto including trees, slu-ubs, lawns, walks, pavements,
adjoining structures and utilities.
B. The contractor shall take special care to protect all floors, carnets, walls
(especially corridors), and elevator cabs. Cushioning material will be added
to all columns, door jambs, corridors, corners and end panels of shelving
ranges which might be damaged by the movers or their equipment. Carpeted
areas will be protected by plywood or a better cover material. No equipment
with steel wheels will be allowed. Protective padding shall be provided for
all elevators used. The contractor shall assure that weight capacities of
elevators used by his personnel during the moving process A- ill not be
exceeded. (See Attachment F for elevator specifications.)
Rcquest for Prop*
Pagc 9
• 01/:-)1/ 94
C. The contractor shall take all precautions necessary to protect the City's
property from transportation and weather hazards. The proposal must
include a plan for moving in inclement weather. All items shall be properly
protected from inclement weather while being; moved. The City shall be the
sole judge as to whether the proposed protection is adequate.
D. All equipment used for moving; purposes shall be subject to the approval of
the City. The City may reject any equipment or method which, in its opinion,
will damage its buildings or property.
E. If due to the fault or neglect of the contactor, his agents, or his employees,
any properiv belonging to or controlled by the City is lost, damaged or
injured, the contactor will replace or repair, as appropriate, at his expense in
a manner satisfactory to the Cite or recompense the City in an amount equal
to the full replacement cost of the item.
F. Prior to the start date the contractor and a city representative will inspect all
facilities and property to be moved. Any damages will be recorded and
identified by item and description of damage. Any property not listed as
damaged will be deemed in good condition prior to the start date.
G. All miscellaneous debris will be moved and discarded by the contractor at his
expense and in containers provided by the contactor, and work sites made
orderly and neat at the end of each work day. City trash receptacles shalt not
be used by the contractor.
VVhen the entire work is finished the contractor wi11:
1. Rennove from the site and dispose of all equipment, containers,
supplies and debris which lie brought to any site.
2. Repair or make arrangements' with the City for the repair of any
damage caused by the contractor to the buildings or their contents.
3. Should the contractor fail to fulfill these conditions, the City may after
written notice complete these tasks and for all costs thereby incurred
deduct from payments due the contractor.
1\. General Reouiremcnts
Included with this notice is an approximate inventory of the materials to be moved
and the physical locations of the materials. 1f any contractor finds reason to believe
that any or all of these figures are incorrect to such a degree that it v,,ill affect its
proposal price, he should seek clarification from the Assistant City Librarian and, if
Request lot Proi.9
Page 10
• 01 /;1/91
necessary, notify the Library in writing so that any corrections can be distributed in
writing as an addendum to this Request for Proposals.
The proposal shall cover the cost of furnishing; all services, materials and equipment
required for the proper and elficient conduct of the move, to the satisfaction of the
Library, in strict accordance with these specifications and the contract.
The Assistant City Librarian reserves tine right to adjust the sequence of the Inove
and the sequence of all items to be moved.
No City personnel will be involved in the physical aspects of the moving activity.
Library staff, however, will be involved in the planning and supervision of the
move, includinb, for example, the sequential loading of books and their
arrangement and distribution oil shelves in the new Central Library.
The contractor shall be responsible for any, or all, loss or damage to the property of
the City, either by theft, accident, or otherwise, while said property is in his control
or custody. Property will be considered to be in the contractor's custody from the
time he /she removes it from its present location until such time as it is placed in its
designated location in the neW Central Library.
X. Special Instructions
The contractor, at his own expense shall obtain and maintain all necessary permits,
franchises, licenses or other certification required to complete the project.
Contractor must provide proof of certification of requirements.
A performance bond will be required from the contractor in an amour: equal to
100% of the total price. The company issuing the bond and the conditions of the
bond must be approved by the City. The bonding company must be registered by
the State of California, and have a rating of AAA as listed in the current edition of
Best's Cmde. The cost of said bond shall be listed as a separate item in the proposal
that the City may accept or reject.
The City reserves the right to stop the services under the contract at anytime upon
determination that the contractor is unable or incapable of performing the services
outlined in this document. If the costs of completing the work exceed the amount of
the contract, the contractor shall be liable for all excess costs.
All employees of the contractor must carry visible identification either by uniform
attire, badge or tag that clearly identifies him or her as associated with the
contractor. This requirement is necessary to maintain the security of the premises
anci the property being moved. Persons without proper identification will not be
admitted.
Request Ior Prope
Page 11
• 01/31/94
The contractor will prohibit its employees lrom using library telephones, equipment,
or staff room unless authorized by designated library personnel. Smoking is not
permitted in City buildings. There shall be no radios or other unnecessary noise.
Library elevators may not be used to the exclusion of other library purposes.
During the move, the new Central Library will have to be shared with other
contractors. Furniture and equipment contractors may be moving furniture and
equipment into place. Sign makers may be installing signs- The building
telecommunications may be installed at this time. It is believed that these activities
can be coordinated so that the move is not hindered.
XI. Insurance P.eouirements
The contractor shall procure and maintain for the duration of the contract insurance
against claims to ,,: injuries to persons or damages to property (no exclusion of any
property) which may arise from or in connection with the performance of the work
here under by the contractor, its agents, representatives, employees or
subcontractors.
The contractor shall carry insurance to include but not limited to general liability
insurance against bodily injury, death or property damage; insurance against theft
or damage of City property including the collection of books and other library
materials; automobile liability and cargo insurance; worker's compensation
insurance in full compliance with applicable State of California Statutes. The cost of
such insurance shall be borne by the contractor.
The contractor shall furnish certificates showing evidence that such insurance is in
effect and will remain in effect for the duration of the contract. Such certificates for
liability insurance will name the City as an additional insured. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by
that insurer to bind coverage on its behalf. The City reserves the right to require
complete, certified copies of all required insurance policies, at any time.
The contractor shall maintain limits no less than:
Comprehensive or General Liability: $1,000,000 combined single limit per
occurrence for bodily injury, personal injury and property damage.
Automobile Liability: 51,000,000 combined single limit per accident for
bodily injury and property dama
ge.
Request for Pmpos< s 07/31/94
Page 12
Insurance shall provide for the full replacement value or repairs of all items covered
by this move and also will include any damage to the buildings such as doors, walls,
elevators, floors and ceiling.
Insurance companies affording coverage shall be (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of Cakiornizi
and (2) assigned policyholder's Rating A (or higher) and Financial Size Category
Class \7111 (or larger) in accordance "vith the latest edition of Best's Key I'Wins Guide:
Property- Cnsirnitnt. Coverage shall be provided as specified in the Insurance
Requirements.
A sample certificate of insurance form, which will be required of the contractor is
Attachment G.
XII. Indemnification
The contractor agrees to irhdem nih, and hold harmless the City and its officers,
employees or representatives from any and all damages, costs and expenses which it
nnay suffer or pay out of reason of any claims, actions, rights of action, in lieu or
equity, arising out of performance of the Work and resulting from injuries or
damage occurring to, or caused in whole or part by the contractor and any of its
officers, employees or representatives or any person or firm directly or indirectly
employed by the contractor.
XIII. Proposal Submittal
All proposals shall follow the format outlined herein and must address all items
requested to be considered acceptable. All contractors will submit:
A. A plan for relocation, including:
1. Management services to be provided.
2. Supervisory services to be provided.
3. Manpower/ staff to be provided.
4. List of vehicles and equipment, by type and number; description of
vacuuming equipment.
3. Dimensions and designs of containers that will be used to move
microfilm and microfiche collections.
& Description of how materials are to be moved in shelf order, including
special equipment used. Boxing of books is undesirable if ho%'vever
planned contractor must demonstrate how materials hill be moved
and kept in shelf order.
T Description of hors library materials ill be integrated /merged %%,ith
the main Newport Center collection and kept in shelf order.
S. Approach to building protection and security (see Section Vill for
requirements).
Pcrluest for Proho. s 01/31/94
Page 13
B. Names and details of experience and qualifications of key personnul directly
responsible for the relocation, recognizing the need for experience in moving
libraries; ( see Section V for requirements).
C. List of libraries that can be contacted for reference (see Section V for
requirements).
D. Evidence that electronic data processing equipment has been successfully
moved.
L. Time table for the work to be performed, broken down into various wort:
functions.
P. Evidence of fulfilling insurance requirements (S(-'e Section X1 for
requirements).
G. Submitting the attached proposal price and authoriz_!tion sheet.
XIV. Criteria for Selection
A. Proposals shall be judged by the City on the follciwing criteria:
1. Contractor's written plan of operations for this work.
2. Contractor's experience as shown in response to required
qualifications.
3. Qualifications of supervisory personnel as shown in response to
required qualifications.
A. Past performance in similar library relocation projects.
5. Price.
6. Other relevant criteria as appropriate.
B. No proposal will be considered r, -hick does not comply kith the
requirements contained herein which does not furnish evidence that the
contractor possesses the experience and personnel to fulfill the conditions of
the contractor and to perform the work v,,ithin the time frame specified.
C. Award of contract by the Cih, if made, will be within 60 calendar days after
receipt of proposals.
D. This UP and response thereto from the selected contractor will farm part of
and be included in anv contract bet�,veen the contract(). and the City .
Request forProp(e 01/31/94
Page 14
PROPOSAL PRICE AND AUTHORIZATION SHEET
The total cost to the City of Newport Beach covers the cost of furnishing all services,
materials and equipment required for the proper and efficient conduct of the move in strict
accordance with these specifications:
Proposal Price (excluding cost
of performance bond)
S Cost of Performance Bond
Total Proposal Price
(including cost of
performance bond)
Company Name:
we
Telephone Number:
Authorized Signatu
Name /Title (please print):
Date.
Proposal amount shall be valid for 60 days from proposal open date and time.
. ? iEIJPORT CENTER 14.CX&. Ft
I �
I i
IN
�YJ
I
i
I
,I
CQw' -p
n o
c z-
i 1
•
I ,
r: lrren
! �Soo1.
LI
I �L
i
ATTACHMENT A
cc hnica
^ S es
2�
v.
�I
�I
el
I
I
I
i 1
I
�1 I
�1
1 �
J
i I
1
I
✓ 1
i I 1
%I
1,
II
I�
h
!!
i J
n o
c z-
i 1
•
I ,
r: lrren
! �Soo1.
LI
I �L
i
ATTACHMENT A
cc hnica
^ S es
2�
v.
�I
�I
el
I
I
I
i 1
I
�1 I
�1
1 �
J
i I
1
I
✓ 1
i I 1
7
n;
%I
I�
,v
7
n;
:�fagaz;ncs
r
Rcic;c• -; -�
i�
—i
1 f-
Circujaiion uc.k
o
o)i ICC
ATTACHMENT A
w L- x I'l
I
SIC) aZ) ii00i11
Imo,
Children c Room
Libr'i:rian
d�k
Ci,iic;en I
L..
ti { S�T� L
• •
WEST NEWPORT COMMUNITY CENTER
entrance --
I
3' aisle (approx.)
NOT IO SCALE
ATTACHMENT A
Boxed Books:
S Paws R 19 ea
Stacked 7 high
On 4' Pallets.
(-Li,4 I I, LJWHAHY 5,i-000 -S(l. I-t-
--Amlh ----- --- -- --- -- -
CC
Q'I - -------
ITI 1-1
ED
r
L
=-iTLD
4-6 --------
f.
F, F2,
[I
uv
CK n 0
flo
-L--A
6�
-- - ------- -
7-D ------- -
0,5
NI f-D
M�
COWL R A C'I'(DICS SCO PL NO FES
ITT- IT, I
IT. "'I"' 11.7AII.
;IN
A'i I ACITMENT A
1-X
ri <pii race o�.vtssro "s
S-1 ACK IN'FOR-NIA-1 ION UGEND
CZ
af) .,».,.. I — l
3
4
NEWPORT 11 EAC41
CE NUIRAR,
ILKIBRARV
VMC5 wvs.ON rIFOY ^1A
1"I I., 'I I I , A
Fu H,,
Fumitwc
urn
Fqmq, m pl�
---- --------
wl
PList of Titles & Bac* Holdings Attachment B
BIB....... TITLE ........................................
—3
162302
ADVERTISING AGE
163999
ASIAN WALL STREET JOURNAL
184983
ATLANTA JOURNAL CONSTITUTION, SUNDAY
164985
BOSTON GLOBE, SUNDAY
_.___136537.__
CALIFORNIA-- JOB
212791
CALIFORNIA REPUBLIC
14!
165116
CALIFORNIA STATE CONTRACTS REGISTER
16
136562
CHICAGO TRIBUNE, SUNDAY
17.
136593
CHRISTIAN SCIENCE MONITOR, DAILY
73
220418
THE COASTER
136603
COIN WORLD
136613
COMPUTERWORLD
. ..........
136650
DALLAS MORNING NEWS, SUNDAY
33
34
—24 2.1.2 2—ELD
ER HO S-TEL — -----
135
136695
ENSIGN
8
38
164003
F—I N A NC.I AL __T. I M E
136842
HONOLULU STAR BULLETIN, SUNDAY
41
136889
INVESTORS DAILY
42
44
45
16 4 067--1
R.V_I NE.—WOR LD.—NE
1,91
---
136901
LA OPINION, DAILY SUNDAY
sol
206738
LAS VEGAS REVIEW JOURNAL (SUNDAY ONLY)
--16
8237—LONDON.—T-1
NES—L I TERAR Y—S UP.P. L E M
136932
LONG BEACH PRESS 'TELEGRAM
234501
LOS ANGELES DAILY JOURNAL
s.
L
�5
�
15:40 51 0JAN 1994
0MD............... ... BRANCH ............. . .... ... ... ..
NEWSPAPER NEWPORT CENTER-^3 NOS; (MICROFILM)
mmIpnu- _-----
NEWSPAPER N
NEWPORT CENTER--1 M
MONTH
NEWSPAPER N
NEWPORT CENTER--1 M
MONTH
.--NEWSPAPER B
BAL8OA�_�4_MOS__-___---����������---�-_
C
CORONA DEL MAR--3 M
MOS
MARINERS--3 MOS
,
, WEWPORZ_C ENTER �- -3- M
MOS/_(NICROFICHE)_
JAN 1979-
NEWSP4PER N
NEWPORT CENTER--1 M
MONTH
-_NEWSE4PE N
NEWPORT --- CEWTE���3' M
MOS
__-_--___--__'--_
NEWSPAPER �
� NEWPORT CENTER--1 Y
YEAR ONLY
NEWSPAPER,,
���;' N
NEWPORT CENTER--NOV 1988-
__NEWSP N
NEW[!ORI_C ENT ER=--3 -
-MOS- ONLY----------
NEWSPAPER N
NEWPORT CENTER--1 N
NO
NEWSPAPER 8
8AL8OA--2 MOS
OR0NA_DEL_N&R=�_.3'MOS_---'___������
MARINERS--6 MOS
NEWPORT CENTER--3 M
MOS/ (MICROFILM)
---- J
JAN_1g69=/\2R_1979/_-(MICROCFICAE)--JA-
N 1979-
NEWSPAPER C
CORONA DEL MAR--3 N
NOS
--' N
NEWPDRT_CENTER==APR-1��2�-__--_-'-__
NEWSPAPER—"? C
CENTER--1 Y
YEAR
NEWSP&PER�p����`��� N
NEWPORT CENTER--3 M
MOS
`�������
`
lE
�
/
�
^
|!
`!
�
'
�
�
.`
`
�./
�.
�
`
�
�
`
'
�
�
�^
�l
`
�
�-/
�
�
`
�
• •
Attachment C
Sample Storage Inventory Sheet
Box #
Category
Author/Title
Dewey Range
# of
Items in Box
415
NF
629.2222- 629.223
29
416
NF
301.363- 301.412
23
417
NF
301.412- 301.42
25
418
NF
299.7 -301.32
26
419
NF
828.9
28
420
NF
828.9- 832.91
24
421
NF
629.288- 629.454
23
422
NF
891.4- 891.71
25
423
NF
891.71 - 891.783
25
424
NF
891.783 -895
26
425
NF
301.427 - 301.427
29
426
NF
301.427- 301.435
31
427
NF
842.4 -848.9
25
428
NF
848.9 -861.62
31
429
430
431
432
433
434
435
436
NF
Fiction
NF
NF
Fiction
Fiction
Fiction
NF
862.6 -890.9
MCD -MCH
301.4519 - 303.54
301.435 - 301.4519
LON -LOR
LIE -LIN
� LIT -LOC
896.1 - 901.94
26
26
22
24
23
23
28
I 21
437
I NF
901.94 -907.2
21
438
NF
909- 909.04
16
439
Fiction
MCN -MAL
26
440
l
I Fiction
I LZ'N -MCC
30
Ii
5s!
oi
ai
+
I! I
I
I�IpI
I
+�JI
ol
ic
I
I I
I' IUi I
I ` I
1
I
m
I
I� +isl
!
I o
C)i
i'
Ni
76;
!01
I
121
u
l
73 -61
5 V,
ul
dl
O1 121 V
01
oc!
ol
Ip
al
P'l
I CJ
Fil
-11
R
'6;
L? 1 b
'i
INI
i
—. I
�
I r-I
^I
C'i
«> I
NJ
ul
,1I111,I,II,
ja
i!jll
l
il.,Ill,iIllll
1) o
W 'D
0
0
N
W.
0 0
10
u
0 0
Di
U,
u u
u
0
0
I .
c
4
�2
2
�
O Q5 L5
0
0
00
0 0,--
0
0
1:)
0
00
loo
0 0
00
o 0 0
LL
0 0 0
1)
"d
ICI c
c c
C c
c c
c Z
2
0
D
L)i
•
0
U
of
u
0
u
0 T
u I ilf
1
f
-
I i ...
101
21
0 0
II
I
II;
l
�lllijlNl�!����j!�Ijlll���'
01
mi
21 zu!
21 cu:NI
"a!
0;
;
20!
UI
CF.
2'
02'
o� 2, 6�
!Si
O IM:
pi
Ri
8.—
xl 00
0
17,
ul
ul wi N
olW -.>i
i i
EsO
c o
10
n
n
El
WW
i •m
0
2;
I
of
'o
of Iol IoI
0 C)
LL W
!CI
0
NIp
'alol
i> I I
Pl
lb�
i�.
a.p
IQC
I-
iin
=
NINI
In
IN
NI
N
I
nlin
oi
m
col
- +n
+n
lint
w
Ni—
i
0
11
MIN
N
°
-j"
10
1 o
W
IW
O((J)
m
:IW
W
w,
w,
Z'
zo 17'
i';
-51
a -jc C)
Ci!
7-
C
O
4
O
LL I
I
O
OOIO;O
LL
'I
I1_
O
O
LL
O
OIO
LL
LL
O
O
!
O
I
ci
1
O
o o u
ol
0 I_�
0-
0
0
0
__
Oi
L
0
0 1
o
10
_
_I�L
LL o
jo-J.-
�1
11
0.:
0
�lIoLL
ILLI
I
I
I
_LL:
I
-F
w
T
F
I
c
0
0
CY
E
01
C ) ,f
a_
I
~IEIi
0
0 0
a: w
Adilk
W
%,II
�� II
!III
I�jl
II';II�I'IjII
II
jl'Illll!'I!�':!Iilji
111
IIIIII!IIl111!II
I
H1
<
I'
Iii
IFI
ICI >I
:C.
2:01
10
;<I M
10 x
01
-0:
1�
ci n
El E;
i24
161 ill
U! iLU1.
2!
1 LS lul u
u
2
cT 0
01
0
a
I
s
m
:c
101
)o
I IM
TITj1
LO
•mt
co
o
u
'jlli
i�'I!I
IIII
VIII
�- --
��Ii
�
I
��
,
Iiil,�l
I
l
-
-I
, I
I
L_
L_i.
_i_I_ _ I.
C�
<
i
i
I
I
i
ni
I_
v
't 'i
o a
0 I
l
_
7,
I�
oIm iolIN ;
j�
1o�� I 1
I .I
0 0
1�
ICoo I .
0
1�
ct
0
X.
16
0
0
cc
'i, w
a�
IIoo oll
o LL
0 0
�
LI:
L)
FD
01
0
0
oo
0 0 0
0
0
0
01
L , I
0
0
o
IICoLL
LL LL
o o 0,
1-
E�
0
I
E
mINI
° $
HI
E
L2 �i
E'
E+
'
cI
tea' .¢
0
fl:D
3
E
K
ci
10
E'
Y�i
k11
E
E
w
u
W
w
w
O O
X w
H
z
W
I'I'
Ijl�j�
I �
III)
'j�j����jj��l�'i��I;�����I��
I III!
11iII
II
II
IIII
it
til I
I
I
01
tot
21
i.S?.;
0
NI
-j"
01
Fri
0
I
1
IMI
10,
C 1 1
1 4l
N'
131
, �;:
- u 1�
mG
I
t
1
Im F
-2. -1 OF
0
I
t2l
T
10:
1
0 a
0
0
!01
OF
IF: rr
I�
III
Ijli�
� IIII
II'I'III�i�il�
�
I I
--
-I
z
�
I; I I
r
Ij-�
I i rl
I
I
I
I �!
I�!
I
I � Irt� ;� r_I
i _.�_L.i- L__I_f._._i._I_
I.__I L.�._
o
IF
'IF
a: D
Ij
�1.
C
Ci
1-9
;0
0 In
CIO I
fr
_..I�i_..I.
II
I
LL 0 6 (3
LL
0 --0.!—
0
0—
P.-
0,
0 -0
In
(D
0
< I,
C,
-cl m
0
D
ElS]
E
00
D
IW to
2 sis
c
; I
I a_; s �3
C3
!MI
!`
IM; �MI`I
a
MI
I , i
0"Q c
0 01 z
th,
�
M;
MI
M'.
Iii
M,
OI
JIM
H-11
coin
I
Oi
1
0
ic
:Q!
I
1
0!
mi
0
100
n
n
1
10
I�Oi
0
C�I
-61
CIP!
IN.
-
to
t.
o .
n :
q :
� �—
o'!
I I
es.
01
0:
0. o.
El
Ul
ul
0
In
In
In
0
n,
0 a
In
>
>
In
.01
I
LLw
II
I
1�
; I�1!Il
1I
j°
II�III;;I�I�Iililll.11
I,jlj11jjji�lj'1
0.1
U
Q u
u
14ol ,
a ct.
�,
U
FD
0
a
0
0
0
0 O�
0
0
0
u
u
0
0
21�
0
tj
0
0
O>
'0
12
E
O O
11
0
1
Q:2
0 ..
,q
1,;
to.
0
010
UF
I LL
ni
z1
tn
0 (Dr mi
x w Z
I
M,
OI
-7-
7'
N.
ml
ol
LN
2!
-T
:ul loi
of
iul
:ui
of
jol
u
I
:Ul U
--
oi
a:1 T
i�
0
0 >
1
1
0 c
!�
>
i0
!Z•
171
C)
LN-
QN-i
IlTli
Ir
1f
-�I�ji
-�iI
—I
��=
��-
Niil
ii
II
i
Il�lij�---
!
a=ll
j�lI�11
I
l�,ljll�l
j1
ll�
i
I
�'
�I�IjI�IIIif1
G°
lIl
llI
Illfiil
1
l
.L_;._.L�.
I11Ilil'
III
-
-- �_.IiiIIiIIiIII
_�_�-
III-
L..��.����
11
Ii;ij.I
iii
ii�I.
-;
X01
'I
I1
�V
i
ll,�i'Ii
'1
,
III1i',IiI�;;Ii
li
6
W
m!
2
N.
E
M;
1.1
01
0
ICI
0
Iilj
x
fill
(x
C�J�l
CL
cc
F
0
c 0
0
O d u
o
0
o
o;
0
00
0
0
0
•Oi
0
0
0
0
1I
ZE
2
cl 0
wz
CJ
O
u
lul:P
U I
<
i
V
co
l0
Qi..I
o
On
00
O a
II
12
IIIjllI!II
]-I
nI 1i1
� .1
NI
lzj
-
I ol
IQ�ll
ioi
0
Cl!
0 0
Z
it
o
oj
0
0
U
LL
O
Ni 7 i �: I I� i- I I- !i I �
hi
NI r
u
o
2 1'21
c
0
0 �R Ial E a E
0 "! 0 0 0
12
1
]-I
nI 1i1
� .1
0 D
lzj
-
1 t
IQ�ll
Cl!
0 0
Z
it
MCI
of
Nj
ZI
Ul
iIN.
7-
u
5;a o
mi
cl
F-5;
0
U
LL
O
Ni 7 i �: I I� i- I I- !i I �
hi
NI r
u
o
2 1'21
c
0
0 �R Ial E a E
0 "! 0 0 0
12
1
]-I
nI 1i1
� .1
0 D
lzj
-
1 t
IQ�ll
Cl!
0 0
Z
it
0
U
LL
O
Ni 7 i �: I I� i- I I- !i I �
hi
NI r
u
o
2 1'21
c
0
0 �R Ial E a E
0 "! 0 0 0
O
ILL
11
Ol i- i 2.1'- ' !
1 -!Nil
WI
roi
0
C
O
LL
OI
12
1
]-I
nI 1i1
� .1
0 D
w Z
1 t
O
ILL
11
Ol i- i 2.1'- ' !
1 -!Nil
WI
roi
0
C
O
LL
OI
io
E
0
0 0
Z
it
io
GJ
N
Si I f i;i ^I
; I !
of 1 !
I
�II!Ii
O
!II
I'
—
O
!
!Ijl
_ry
O
O
' II
O
O
!II
!lI
I
O LL
p.
LL O
O
II1
i
LLO O ;
O
IN
O
In
I
I
j
w w
Z a
m
UI
N I
U
I
U tl
0
m
U
ml
UI
1
m
U
O
I
m
p
m
U
1
o
o
I
KI
of
liji�!
o
jI!
0
u
N
�
!III
m'
3
i S
N
Y
�i
OI
d1I NI
C
O U
ilk
��
I 1(0,
jU'
E
O1
r ml
r)
c
O
1
'
O
�
of
o
.m:
1
!vpij
JI
vi
•`?' !
COI
�°�
� !O'
�
li
ili•
is
I =.
Y
6
C�w�
, 10.
I I°I 1
OI
.°I
i
I
I
O
ml
Id
ml
o
!
D a
I
m
I
ICI
a w
�i
-
GJ
N
Si I f i;i ^I
; I !
of 1 !
o I
o�
w U I 1 I
�K
d I I I
j I
i
j i l i t
Ii I 1
I 1 �
J v
NI i
I IN' la
�I 1 °I vi Iii iC
Q a o
`)i I INI jNi N� t`J
!` in
>I I >I ., I>
^I 1 IDi 'lol 10'I jo
Ihl ,N' .ry
�. �• Iii ._ a
N
�� i I� III j j !i1: I'�Lilil
O
LL
O
O
_ __ o
O
O O
—
O
m
CV _N
_ry
O
O
iN
O
O
U
I
O LL
p.
LL O
O
'O
LLO O ;
O
IN
O
In
I
I
j
w w
Z a
o I
o�
w U I 1 I
�K
d I I I
j I
i
j i l i t
Ii I 1
I 1 �
J v
NI i
I IN' la
�I 1 °I vi Iii iC
Q a o
`)i I INI jNi N� t`J
!` in
>I I >I ., I>
^I 1 IDi 'lol 10'I jo
Ihl ,N' .ry
�. �• Iii ._ a
N
�� i I� III j j !i1: I'�Lilil
ll U
o to
-m I :u
P
vl I
LL LL
.
O O U
O
LL
O
O
_ __ o
O
—
O
O
O
LL
O
O
O
O
O
U
I
O LL
p.
LL O
O
'O
LLO O ;
O
J
I
I
j
w w
Z a
m
UI
N I
U
I
U tl
0
m
U
ml
UI
1
m
U
O
I
m
p
m
U
1
o
o
I
O
II
o
0
u
N
I
N
I
I
i S
N
Y
N1
C
d1I NI
C
O U
��
I 1(0,
ll U
o to
-m I :u
P
vl I
LL LL
.
O O U
O
LL
O
O
_ __ o
O
—
O
O
O
LL
O
O
O
O
O
LLO I
O
I
O LL
p.
LL O
O
'O
LLO O ;
O
I
`
U tl
0
�
N
n
O
o
i
ll
I
I.-.
I
II
N
I
N
I
I
i S
N
Y
N1
C
d1I NI
C
��
I 1(0,
jU'
E
'
�
of
o
.m:
1
!vpij
I
•`?' !
COI
�°�
� !O'
�
li
I
D a
I
I
�I ILL
. jo
J Id
=I L.
JI 1U
U N
C
_I IF
V 'N
� O
J N
m
,jj�l
ilk
HIM
NI
i01
of
IEIIIj1
II;
III
-21
61
jol
ul
ol
af
11;II
II
I
III
I
lb
ol
I,i:II
II
�,I
LU
(D a
0
.0
c
0
ct
U
0
0
0
1
0
0
11
0
0
0
I'L
—
O
0
0
0io
0
0
l
0
0
l
0
1
0
I
:-Jw
0
0
isi
Z3,
iwa
CY
12
N
ct
Ipj
Ia
O 2
m
Area /Item
Desks/ Workstations
•
Areas / Items to be Packed by taff
Communications Area --
9' built in cabinet %,with supplies
3' shelves with supplies
Mail Area --
10' workstation w/cabinets and shelves
contents: supplies
Administration --
Oak Credenza (74 "W x 21 "D x 29 "H)
contents: supplies
Clerk's Office --
Built -in cabinets, 3 and 4 shelves each
contents: supplies
Drawers
contents: supplies
Staff Kitchen --
Cabinets and drawers
contents: dishes, flatware, utensils
Community Room Kitchen --
Cabinets
contents: miscellaneous supplies and flatware
File Cabinets (in various locations in building)
1S "1Nx 26 "D x 53 "H (3 %v/4 drawers, 6 w/5 drawers)
1S "Wx 26 "D x M'Tl (2 and 3 drawers)
41''1,Vx 19 "D x 50 "H (4 drawers)
45 °\1'x 15 "H (; section cirawcr)
Supply Cabinets (in various locations in building)
1 6 "VVx 2 ^ "D x 7S "H (7 shelves)
Attachment r
uanhh'
44
1
3
I
S
5
10
4
9
7
i
1
Ca.
E.
Z
W
CJ
G
H
V\
J
S
� � z
V
l
'L
1
I t
l�
z
O
F
u
H
L.
W
!n
O
,t a
I
rr-
J
Ci
�
6
w
C
Q
Z
i
v
T~•
,Z
-
>
`�-
I
,)
:�
(V'
U iq
i J G
c
C.) rY ' � �� � :..
I
Q
L�
J
Q
Q
0
ca
�.
�n
r;
o
w,
rr
o m
�
q
a
a
O
P
O
SV(O
-Y�U�
Y
i`Y
o]Zr
J
!1
��
•C �, J -
V
t1
Z
p❑
S
1,,�
of
I
omN
Vwt `C^ m !,
Lj-
0]
d
_
YI•
7
_
v.�
I.a.h ¢.y a. :1 >t)o
Li
h
h
<
w
Q
lJ
J �
z
jam" K�
Q
0
U-
� � z
V
l
'L
1
I t
l�
z
O
F
u
H
L.
W
!n
O
,t a
I
rr-
J
Ci
w
C
Q
Z
i
>
W
�
o
0
i
0
rr
o m
�
q
a
a
O
P
O
n
N L
W�
N q
N
y lJ <
� Z J
Y
CC U =
j F Q
W
t"-1N N
N C Q L7
" W
a Y
z � �-
O
{� z
4 L
O {P
q _
L \
xa
u {�
)- b
3 C �
u HW Ct act
Z q CY G
o r Z
U3-
�
ti l7 1.1 p
z J ^
9 U
ce
V Q U i N W O
6
cul
-hh
_J
�J J
<7
1 <_
_f .� 3
;-
� 2
a N 0
u q
U �
4 [n
u
)\AfH--]A
J
O �
o Wt�y/
n or.Jp
,JJ
Q1.1 tJ L
G1.
m �pu
i -
r���Nrc
X J r
T (i i ti
CY t-
O
N
i
�j
U u
� 4
> J
,
L? i�
� J
2 a-
i'
.. °.z
n
LJ
— _
.v /1 I ! llcU,n❑ :::o .viE S -.6
J
U •l�
1 I• .i 341 SN. bl31_1
r,� <
o
U L
U
O1 -i yVn .t /1 6 -.el o v-
u' L J
r'x., L
'J
I-
,
('AI
�• -�
I'f
�'�
�V
u "j a:J a
�
�G
�
47
-
�V
J
��,
lJ
�u
L.J
>
G,:•, _
it
.. ,-. �' � 4• >- v � :a u � v O
o
t.�
r
Q
1.
^�
Q !='
�
�(.J
� a o �
Ly.,
S
I �.
N V �u�
.L:O
I
�
u
<f
u
Ll
N IJ v ll
� i �` - a _ a o
N
.-
`
-�—
I
t`
u
l._
O
[•,.
11 1
.. :< iJ
E O
J�
�- 4 �
L7
L Q
Nl
j
0
o
o
to .l
.1
W
J
ul.�
14 0- CV Q¢ K i Q
•I JI `�
u
O
G•
(,. v:
i1l.J uO
L
�
���
N
u j
C S,J ,- J
-
2
at
.. °.z
n
LJ
— _
.v /1 I ! llcU,n❑ :::o .viE S -.6
J
U •l�
1 I• .i 341 SN. bl31_1
r,� <
o
U L
U
O1 -i yVn .t /1 6 -.el o v-
u' L J
r'x., L
'J
I-
IFICATE OF INSURA
Plloovcr. r,
COMWANIES AFFORDING COVERa,Gt_
CO h^PnttlY_
LETT CII
IlJSVI�LD
� LIi TT[rT
COI.I "ANY C
E T7-n
�.
COVC9P,GCS
THIS IS T'O Cfi� L`l' T' V,r IhJU..C., O I our.,
•CC u.+1�D 6ELCJ.:' IVvL. GCFN I.oVCo TO THE INSUM)' Ni.MF:o nOO.E FOit T'Hr: f OJ.Y !'CnIOD
INDICATED. NoiA%' ql- IANDWG AN rt"QUREMEIfT,
T[RM Or, CON^r1TON OF Alin' CONIW,CT OR OTHGA DOCUMENT vItTH RESPECT TO V, THIS
CERTIFICATE wow GE hUJ:0 OR 6V.1' PE
!'N. 711E LNSUPIJd. ^.E !J'FORDED ❑Y Tlti: POLICICS DESCRifl ED HERCv: I_; SU(iJECT 70 n:.L 7HC TERLU ^ ^.
E);CLUSION$ AND CONDrIioNS Of SUCH 11OUCIES
AND IS NOT lJ .EI:'JED. CXM-NDEO OR !L.'. EKED GY 111;5 CG RTIPICI: f.
' O
EFFLCTNE
h.ri v a IONI ALL IIU:TS Hl lilUV3nDD°CO;
GA,
On'r
I
Cl NL:I SAL u:.ti::JTY
I .
�. ! ..
GCNCRn!. NCGFic Al';'
I I
I
L cL, .
I'I iGl1VCi :
:
I
i O'.Yre:PS " CO:: TIiSGi O;IC
-- Priilii cTn'F-
i I
<
! PiY{7SOId:L I:.JUIlI' -
:. coNm.,cTUnt r'01; sreclF13
I I I
.—. COI'MACT
F PAODUcTS)GJl.lPL O; Ef.
CfICH OCCU ANC_ _
y
11 - M.I.
S VLI .I W'Y O If C E5T
I
i (ANY C \E-
`j PEr"•_,pW.f. INJUi'Y N':Ti
I __— .— _......_. -.— . —-
E6S ?LO'1E iZCWSlO::
- h'.01CAL EX- E:NGES -
AEL +.OV+dc
(A::v ONE PERSO:<t
i
' 0.UTOMO.3ILE IJl.31U f
coMElf.'EO
j�l Ci,MPAEh EN S:vG
i._ SINGLE LV_ - -...
—'
C'O' LY
{Pii F.
�.
UODIU'cUiU.:; I
^r:CN.O:':NCJ
Cgh::.CE
EXCESS V,; G I'J
Ri: G lATE
CCCu-`'_�r:cE
UMSP- LA FOAL!
I I
TY�...
I I
u'OR; {Cn ^s' COhlAEr:CA:'gr:
_
AND
I. D:S�sli Po;IGY uh'.IT
F MPIOYEF5'
— ',LC!:OLHORc :'.cr: __
'G : ii.: 71, uOn�
..I
SigiUi0A1'
\ :'OFY,EFG' TION
COMPENSA
.
b'S IN C' or'E. AiL7:;.. ...ThJ.. - °HNC.. ".,c- iJ'in;L.: SIe ?GC'. �L i; ?a `,. „ -_ CP :'IIS:: rF. Rf on: :�. .H, C:.' o
c ' " C
�O::
M. OR dEH.ti F OF T,E rx. :'.LO
u:Gl;'i:0 IN G:1;:a E:JTTJ:( ,':T; r'C
---- ._.......--- .._..._...-
- -- -- -...._... _.__...._...---- .._...._.. .. _ — ....._...---- ........... ......
C 1
: