HomeMy WebLinkAbout01/19/1988, C-7 - AWARDING CONTRACTS FOR THE 955 MORRO REMODELING PROJECTMEETING DATE:
city of San Luis OBispo Januarg 19 88
COUNCIL AGENDA REPORT ITEM NUMBER:
FROM: David F. Romero, Director Prepared By: Dave Elliott 1
Public Works Department AdministrativeAnal_egs_t- /
SUBJECT:
Awarding contracts for the 955 Morro Remodeling project
CAD RECOMMENDATION:
Adopt the resolution awarding the furnishings contract to L A
Interior Systems and the construction contract to D.W. Peterson
BACKGROUND:
At its meeting on October 26, 1987 the council approved the
furnishing contract documents and the construction contract
documents for the 955 Morro Street Remodeling project and
authorized staff to advertise for bids.
FURNISHINGS CONTRACT:
On December 1, 1987 the city clerk opened the following bids on the
furnishings contract:
Group A Group B
Furnishings Furnishings Total
The Office Mart ( *) $104,424.84 no bid $104,424.84
L A Interior Systems $116,783.00 $ 91552.47 $126,335.47
The Office Mart $118,696.68 no bid $118,696.68
( *) bid based on an unqualified line of systems furniture
After carefully evaluating the low bid from The Office Mart, staff
and the city's interior designers recommend rejecting the low bid
because it was not completely responsive. The attached document,
"Evaluation of the Low Bid Submitted by The Office Mart ", explains
the reasons for rejecting the low bid.
With rejection of the low bid, the next low bid from L A Interior
Systems, which was responsive to the invitation, is the recommended
bid.
Staff recommends awarding a contract to supply both Group A and
Group B furnishings. The architect's estimate for the furnishings
contract was $253,000, a figure based on a conservative estimate of
the discount to be applied to list prices. Apparently the bidders
were interested enough in this contract that they applied deep
discounts to arrive at bid prices.
���H�►�►►►�ulllll�11!► °� ° ►�I�1� city Of san Luis oBispo
ii% COUNCIL AGENDA REPORT
955 Morro Remodeling Contracts
page 2
CONSTRUCTION CONTRACT:
On January.5, 1988 the city clerk opened the following bids on the
construction contract:
D.W. Peterson $253,000.00
Nick E. Pokrajac $274,021.00
Larry Wysong Construction $277,487.00
Bordonaro & Son Construction, Inc. $287,782.00
The architect's estimate for the construction contract was
$251%F000.
On January 5, 1988. the city clerk received a telegram from Nick E.
Pokrajac protesting D.W. Peterson's bid. This telegram was
confirmed by a letter received by the city clerk on January 6,
1988.
The attached document, "Evaluation of the Protest Submitted by Nick
E. Pokrajac", explains the reasons for rejecting the protest.
The low bid from D.W. Peterson is the recommended bid.
FISCAL IMPLICATIONS:
furnishings contract
construction contract
total
architect's successful
budget estimate bid price
$290,000.00 $253,000.00 $126,335.47
$140,000.00 $250,000.00 $253,000.00
$430,000.00 $503,000.00 $379,335.47
The total bid prices are well within the total budget for this
project, even though approximately $53,000.00 worth of additional
construction was imposed through development review, and
approximately $31,000.00 worth of air conditioning work was added
during final design. The remaining amount budgeted for this
project (about $50,000) will cover contract contingencies and the
following secondary work to be performed under other minor
contracts and purchase orders:
,7.2
►►�►mi�i►I�Iilll @Ii���N city of San tins OBISpo
COUNCIL AGENDA REPORT
955 Morro Remodeling Contracts
page 3
- reception area seating
- signage
- plants
- existing furniture refinishing
- artwork
- window coverings
- telephones
- computer networking
- moving
CONSEQUENCE OF NOT TAKING THE RECOMMENDED ACTION:
This project was justified by the serious overcrowding in finance
department and engineering division. The council's recent
authorization to hire additional employees has made this project
more urgent. There will be no room for these employees unless
engineering division vacates its space downstairs at city hall.
The consequences of not proceeding with this project are:
1) no room for the additional employees needed to streamline
planning and construction processes
2) a decline in productivity and morale among the organizations
now suffering overcrowding problems.
ACTION RECOMMENDED:
Adopt the resolution awarding the furnishings contract to L A
Interior Systems and the construction contract to D.W. Peterson.
attach: Resolution awarding furnishings contract
Resolution awarding construction contract
Evaluation of the low bid submitted by The Office Mart
Evaluation of the protest submitted by Nick E. Pokrajac
G7 -3
RESOLUTION NO. (1988 SERIES)
A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO
AWARDING A CONTRACT TO L A INTERIOR SYSTEMS FOR
THE PROJECT TO PROCURE FURNISHINGS FOR 955 MORRO STREET
WHEREAS, the City of San Luis Obispo advertised for bids on a
contract for the project to procure furnishings for 955 Morro
Street (City Plan No. M50D); and
WHEREAS, L A Interior Systems submitted the lowest responsive
bid at $126,335.47; and
WHEREAS, the architect's estimate for this contract work was
$253,000.00;
NOW THEREFORE BE IT RESOLVED by the Council of the City of San
Luis Obispo to:
1. award the contract to L A Interior Systems for the project to
procure furnishings for 955 Morro Street;
2. authorize the mayor to execute the contract documents; and
3. direct the finance director to transfer $136,000.00 from the
capital outlay fund CRP appropriation to account number
040 - 9422 - 091 -573.
On motion of
AYES:
NOES:
ABSENT:
seconded by
and on the following roll call vote:
the foregoing resolution was passed and adopted this day
of , 1988.
ATTEST:
CITY CLERK
APPROVED:
CITY A MINISTRAT OFFI
,7
MAYOR
CITY VORNEY/
PUBLIC WORKS DIRECTOR /�'��
RESOLUTION NO. (1988 SERIES)
A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO
AWARDING A CONTRACT TO D.W. PETERSON FOR
THE PUBLIC WORKS FACILITY AT 955 MORRO STREET PROJECT
WHEREAS, the City of San Luis Obispo advertised for bids on a
contract for the public works facility at 955 Morro Street project
(City Plan No. M44D); and
WHEREAS, D.W. Peterson submitted the lowest responsive bid at
$253,000.00; and
WHEREAS, the architect's estimate for this contract work was
$250,000.00;
NOW THEREFORE BE IT RESOLVED by the Council of the City of San
Luis Obispo to:
1. award the contract to D.W. Peterson for the public works
facility at 955 Morro Street project;
2. authorize the mayor to execute the contract documents; and
3. direct the finance director to transfer $273,000.00 from the
capital outlay fund CRP appropriation to account number
040 - 9422 - 091 -572.
.On motion of
AYES:
NOES:
ABSENT:
, seconded by
and on the following roll call vote:
the foregoing resolution was passed and adopted this
of , 1988.
ATTEST:
CITY CLERK
APPROVED:
CITY APMINISTRAT
DIRECTOR
MAYOR
OFFICER CITY A
PUBLIC
day
EVALUATION OF THE LOW BID
SUBMITTED BY THE OFFICE MART
SUMMARY:
On December 1, 1987 the city clerk opened the following bids on the
furnishings contract for the 955 Morro Street Remodeling project:
Group A Group B
Furnishings Furnishings Total
The Office Mart $104,424.84 no bid $104,424.84
(bid based on a combination
of Steelcase Movable Walls
and Steelcase Series 9000
systems furniture)
L A Interior Systems $116,783.00 $ 9,552.47 $126,335.47
(bid based on Haworth
Unigroup systems furniture)
The Office Mart $118,696.68 no bid $118,696.68
(bid based on Steelcase
Series 9000. systems
furniture)
After carefully examining the low bid from The Office Mart, staff
and the city's interior designers recommended rejecting the low bid
for three reasons:
1. The bidder based its bid on a systems furniture line which is
not equivalent to the systems furniture lines qualified in the
procurement documents.
2. The bidder failed to bid a fixed discount rate to be applied to
future orders.
3. The bidder failed to submit a bid on the Group B furnishings -
the miscellaneous, non - systems furnishings.
NONEQUIVALENCE OF SYSTEMS FURNITURE LINE:
Section IV.B.1 on page 10 of the procurement documents states:
"The City has qualified five lines of systems furniture which will
meet the City's needs as shown on the plans and will meet the
City's standards for durability, flexibility, variety, and value.
The City will accept bids on only the following manufacturers and
lines of systems furniture:
C -7 -�
Evaluation of the Low Bid Submitted by The Office Mart
page 2
a. Haworth - Unigroup
b. Herman Miller - Action Office Encore
c. Steelcase - 9000 Series
d. Sunarhauserman - Design Option /Cameron
e. Westinghouse - Wes - Group"
During the bid period the city received a letter from Steve Schmidt
of Steelcase requesting authority to submit a bid based upon the
Steelcase Movable Walls line of systems furniture. In response to
all holders of the procurement documents, the city encouraged
Steelcase or any other manufacturer /dealer to submit bids based on
lines of systems furniture which might be equivalent to the
qualified lines. At the same time the city stated that it would
need information about unqualified lines which would demonstrate
equivalence to the qualified lines. (See the correspondence
attached.)
The low bid submitted by The Office Mart was based on a combination
of two systems furniture lines: Steelcase Movable Walls and
Steelcase Series 9000. Although the Steelcase Movable Walls line
offers the same durability and value as the qualified lines, it
does not contain the freestanding furniture components which
provide the large worksurfaces needed by engineering division. To
cover this deficiency, The Office Mart included freestanding
furniture components from the Steelcase Series 9000 line.
Although the interior designers argued that the two systems were
not aesthetically compatible, the bid could not be rejected solely
on that basis. The interior designers also pointed out that the
Movable Walls and Series 9000 lines have different modular
dimensions. Although the combination might work for the first
installation, future flexibility to change office configurations
could be limited by the non - compatible modules.
Although the Movable Walls line offers equivalent durability and
value, it does not by itself offer equivalent flexibility and
variety. The addition of Series 9000 components offers equivalent
variety but further compromises flexibility. Overall, the
combination of Movable Walls and Series 9000 lines is not
equivalent to the lines qualified in the procurement documents.
FAILURE TO BID A FIXED DISCOUNT RATE:
Section III.A.4 on page 6 of the procurement documents states:
"FUTURE ORDERS - If the City orders additional parts as specified
(including new or modified parts which can be retrofitted) within
C'J,'i
Evaluation of the Low Bid Submitted by The Office Mart
page 3
five years after the contract is executed, the Contractor shall
supply, deliver, assemble, install and maintain those parts F.O.B.
San Luis Obispo, California. The prices of any additional parts
shall be determined by applying the discount rate stated in the
accepted bid proposal to the manufacturer's published list prices
in effect at the time that a future order or contract is placed.
The prices so calculated shall include all applicable taxes."
When assembling the procurement documents staff presumed that
bidders would submit a single discount rate which would be applied
over the five year period. The Office Mart submitted a sliding
scale of discount rates based on the size, composition and timing
of the future order. After examining the stipulations of the
procurement documents, staff concluded that submittal of the
sliding scale was acceptable.
Even though The Office Mart's initial bid was low, a future order
could cost more than an equivalent order from L A Interior Systems,
the next low bidder, depending on the size and composition of the
order. The overall contract cost, including future orders, could
wind up costing more if the city awarded the furnishings contract
to The Office Mart.
FAILURE TO SUBMIT A BID ON THE GROUP B FURNISHINGS:
The Group B furnishings in the procurement documents include
miscellaneous non - systems furnishings such as flat plan files,
rolled drawing cabinets and light tables.
In its bid proposal, The Office Mart stated:
"The Office Mart is declining to submit prices on Section `B'
because we feel the overall discount on ninety -five percent of the
project will be adversely affected."
Section II.D on page 3 of the procurement documents states that the
city reserves the right to award multiple contracts for portions of
the work. Consequently, if The Office Mart's low bid were
responsive and attractive enough, the city could award two
contracts: one to The Office Mart for the Group A furnishings and
one to L A Interior Systems for the Group B furnishings.
Nonetheless, because it's easier to award one contract instead of
two, failure to submit a bid on the Group B furnishings made The
Office Mart's low bid less attractive.
C-441-
J.
Evaluation of the Low Bid Submitted by The Office Mart
page 4
CONCLUSION•
The low bid from The Office Mart was deemed non - responsive for
three reasons:
1. non - equivalence of the systems furniture line
2. failure to bid a fixed discount rate
3. failure to submit a bid on the Group B furnishings
Considered separately, either reason 1 or reason 2 makes the low
bid unacceptable to the city. Reason 3 by itself does not make the
low bid unacceptable but compounds the problems created by the
other reasons. Taken together, all three reasons make the low bid
unacceptable and unattractive for the city.
The difference between the low bid and the next low bid was
$12,358.16. A savings of $12,358.16 does not make the lack of
flexibility and risk of higher future prices acceptable.
attach: 11/16/87 letter from Steelcase, Inc.
11/17/87 memo to holders of the procurement documents
C,q-4
the Office Environment Corn,
#305
8687 Melrose Avenue
West Hollywood, CA 90069
Telephone 213.659 5005
November 16, 1987
Mr. Dave Elliott
City of San Luis Obispo
990 Palm Street
San Luis Obispo, California 93401
Dear Mr. Elliott:
Thank you for recently taking a few moments to discuss your
upcoming project with me.
As you know, J. L. Design had contacted you to inquire about
allowing us to submit an additional bid for your project. The
additional bid will be the Steelcase Movable Wall system and
the Sensor chair. These products will provide you all the
capabilities you expect from systems and seating at a cost
effective price. These products are also more equal to the
competitive products being bid. Your agreement to this
additional bid is greatly appreciated.
This letter should serve as a formal request to submit an
additional bid from Steelcase and its dealer, The Office Mart.
Per our conversation, this is the proper procedure set forth in
your specification and I will look forward to your return
letter.
Should you have any questions, please feel free to call me. We
are eager about the opportunity to service your needs.
Sincerely,
Steve Schmidt
Sales Representative
/pw
cc: B. Dullea, The Office Mart
L. Sorrento, J. L. Design
E. Kuchar, Steelcase
tits: •: n..1ti�•. Slow 8 Davis
a- ?-10
��►II�II III�III�IIIII����������I�IIIIIII�III I tuis city sAn oBispo
990 Palm Street /Post Office Box 8100 • San Luis Obispo, CA 93403 -8100
November 17, 1987
TO: All Holders of the Procurement Documents - Project to
Procure Furnishings for 955 Morro Street
FROM: David Elliott, Project Manager
SUBJECT: Questions and Answers about the Procurement Documents
The City received only one question about the procurement documents
from Steve Schmidt, Sales Representative for Steelcase,
Incorporated. The question and the City's answer are summarized
below.
Q: May Steelcase, Incorporated and its authorized dealer submit an
additional bid based on the Steelcase Movable Walls line of
systems furniture and the Sensor line of chairs? Steelcase
maintains that both of these lines are equivalent to or better
than the lines qualified in the procurement documents which are
manufactured by firms other than Steelcase.
A: The City determines that the Sensor line of chairs is
equivalent to the lines qualified in the procurement
documents. Steelcase may include the Sensor line of chairs in
its bids.
The City cannot immediately determine if the Movable Walls line
of systems furniture is equivalent to the lines qualified in
the procurement documents. Nonetheless, the City encourages
Steelcase and its authorized dealer (as well as any other
manufacturer and dealer) to submit bids based on lines of
systems furniture which they think may be equivalent to the
qualified lines. In order for the City to determine that an
unqualified line is acceptable, any manufacturer or dealer
submitting a bid based on an unqualified line must submit with
its bid qualifying information about the line. This
information must demonstrate to the City's satisfaction that
the durability, flexibility, variety and value of the
unqualified line make that line equivalent to or better than
the qualified lines. One method of demonstrating equivalence
would be a matrix comparing features of the unqualified line to
features of the qualified lines.
C,-,,T11
EVALUATION OF THE PROTEST SUBMITTED BY NICK E. POKRAJAC
On January 5, 1988 the city clerk received the following telegram
message from Nick E. Pokrajac:
"I WOULD LIKE TO PROTEST D W PETERSON'S BID FOR THE PUBLIC WORKS
FACILITY AS THEY DID NOT LIST ALL SUBCONTRACTORS."
On January 6, 1988 the city clerk received the attached letter from
Nick E. Pokrajac confirming and explaining its protest.
D.W. Peterson's bid proposal lists ten subcontractors for various
trades, and a representative from D.W. Peterson confirmed that all
subcontractors were listed. Work not listed for subcontractors
must be performed by D.W. Peterson. According to John Hawley and
Jack Kellerman, the license held by D.W. Peterson allows it to
perform all the work not listed for subcontractors. If D.W.
Peterson wants to add or substitute subcontractors, it must follow
specific procedures dictated by law.
Having no evidence that D.W. Peterson failed to list all its
subcontractors, staff finds no reason to disqualify D.W. Peterson's
bid on that basis. The city attorney concurs.
In his letter Mr. Pokrajac also states that several of the
subcontractors listed in D.W. Peterson's bid proposal did not
submit bids to D.W. Peterson. A representative from D.W. Peterson
stated that several of the subcontractors listed would be
contracted to R.L. Johnston, one of the subcontractors which has a
general license. Consequently, these subcontractors had submitted
their bids to R.L. Johnston rather than D.W. Peterson. A
representative from R.L. Johnston confirmed this situation and
stated that all subcontractors to R.L. Johnston were listed in D.W.
Peterson's bid proposal.
attach: 1/5/88 telegram from Nick E. Pokrajac
1/6/88 letter from Nick E. Pokrajac
1/6/88 acknowledgement of receipt of 1/6/88 letter
C -7 -12
NICK E POKRAJAC
PO BOX 539
TEMPLETON CA 93465 05AM
..
4- 0357165005003 01/05/88 ICS IPMRNCZ CSP ONXA
2 8054342219 MGM TDRN TEMPLETON CA 01 -05 0647P EST
CITY CLERK OF SAN LUIS OBISPO 8055497100
990 PALM ST
SAN LUIS OBISPO CA 93401
17 F- CEIVED
JAN -6 1988
CI l'l r: LCRv.
`"' +LFn'r:niccp CA
THIS IS A CONFIRMATION COPY OF A TELEGRAM ADDRESSED TO YOU:
I WOULD LIKE TO PROTEST D W PETERSON'S BID FOR THE PUBLIC WORKS
FACILITY AS THEY DID NOT LIST ALL SUBCONTRACTORS.
NICK'E PDKRAJAC
PO BOX 539
TEMPLETON CA 93465
18:55 EST
MGMCOMP
-7- I o
TO REPLY BY MAILGRAM MESSAGE. SEE REVERSE SIDE FOR WESTFIM I1MON S IT]LL _ cREF 8 Ig`:Ir: Nk"'.80ERS
Pa ?e 1, of 2.,:
a...:.
-NICK E P .t IRA AC .
_
General Building & Engineering` Contractor
iyr-
x
January 6 ,; 19 8 8 : y om
°h; ' I
fVU*�JMr��y ,j•a 1 :f r' kr �,. ::J... --.c}Y ,
•:,.W
City of San Luis' Obispo , zr' I ]'' �A�
P. O. Box 8100.
i a
•.� V a i4t1t it r r 14♦� .. `l' . -f CLM
San Luis Obispo ;' CA .'93403 = 8100,E SAW «,+�yc
q rY
w1i ; ATTENTION : City, clerk `
M,
RE: Public Wo ks 'FaaiY y s �$ Morro 'Sheet
ter.
I r N R. 4 °_= `�Fir"4°t4ts• . ^J.d'.a. :.`
city Plan M -44D
s
Gentlemen:
Th !.s tier is in confirmatio of bur telegram sent to
_.
yestei:cday, January. �•�:: -,`_ Tom+
;';informing you that I wish to
:• >�� .. .;.;t,:..
y. 5 , 1988
fo-nally protest the. bi d submitted. by D W. Pe terson on!
tie:= ��~ "��'[• -�'
1, above referenced project..• v �"� ^ "'�•`'
Ksy: Pursuant to the provis ions. .;.of the' Subletting and Subcontr�aC� =Z
ing Fair Practices. Act, Chapter, 47:.(commencing at Section -4'
Part 1, Division 2, of the .PublIc JContract, Code of the :.S �
of California, Contractors ::are•. required: to -list the name.,..t��w
each subcontractor. :for.. the ::;various classifications of .wor xWTio�:
will perform work of labor RrFrender,.seryice to. the.contoQz°y
in or about the project,,.o at .value: in .excess of 'one - half - Ecnew;
'4- percent (0.5$) of the bid,.s;.O1ir•::protest is based -on. thefacr <<`'
:; :' •;, that a large portion 'of.,;the. work ..on'., this : project will.'
' .: formed by subcontractorai, and D ' W Peterson's..Subcontractp
t
Te�^lh; list does not refle . � � �Ve� attac�ed .a copy of k
-:
of subcontractoro!: orj(tI},i'a, 7t ct;�,fp .:,ysis :use an�comp
If D. W. Peterson, did hot list all. his subcontractors, ; ;-hthe' ':�he�� = �'
did not conform to the California.; Government Code an& "�
M1 "r.. ,.. q .•..
1$ invalid.
V: Also Also pursuant to the Governmeit;�; ode any work of value'i
of one -half of one peicent.;.0
(5W) , of :.the':bid .foi which ri,
? ` contractor is listed: will iie performed.1by the bidder:.. Thae r .
are a number of s ecialt.
p. �r;;tems �in',.this .job,. such
of Toilet Partitions,,Manuficturing : of wood .doors and:..ho'� "Q� .._
metal frame d
installation' of up roofing system,,and X
cation of cabinets that :were .not- :Jisted..on D.. W.. Peters -.
bid that even myself, a ::well.!experienced.contractor, wou, i`
attempt to do. �.
Continued on page .: 2 ;c ;
+;;,l'r `• 0 539 r Templeton, CA 9 2219
;� .• �-; c;, i ,Ice Flo. 251063 • P.O. B x 3465 • 805!434-
6 .�,'.: =f�': ' =.a• .:.y tom°
NICK E` POKRAJAC
General Building & Engineering Contractor
hnua 6. j .' 19 8 8 '
i..ty. of San Luis. Obispo -I
Public Works Facility,'Z :::.9551 Morro : Street
City. Plan M -44D ~• -�
'listed twenty -one subcorlttactors�on my:bid nr000sal for thisp"`
oject; D. W:i >: Pederson; of rs ] .i. ted den and: of tha t ten I hav
fixme�i•,by, t.dl�ephoil��t;h�i '"EtIie =fbliowing' companies did not
ubmit a. subcontract.price.to....D. W.• Peterson. N
Mitchell= Power.'`' - -Mechanical ;„
Chris.: Floor :Cover ing :r'.= Flooring
K:.
..
Santa ..Maria. Acoust;;cai'' -i Acoustical
,-Z-.,,. ` ' Tri- County::Ins.ulat3on'. Insulation
Central: Coast E'fe:.'Proection Fire Sprinklers
" Central "Coast- AStbmo',& , {Fire Equipment - Fire Sprinklersw
t�;dsure that `based upon, hese`lfacts you will agree that the
'Proposal youreceivedJfom; "D• W: Peterson on tFe Public •r,
6rlks Facility :'at 955 ';Morta- 'Street is invalid.
'a
ihcere
" uI
ick E . Pokraj ac,
_neral Contractor
.�I!� ^.'�!?I,'. _ '— i•0�'l.��Y �:�;:� :..,�i .. v3w�.lyl. rr j, �ti. S r;`!
.sw... ! . , ' i`•{'� r e. ' I'j x an "3� � i , C1 ry 60.
4-
closure i
i
u rt
y
V t r I t i4a45 rf )! r� I �a
%•• � ! f .J rt ,I] \ur� i�"j'.:IVI 1i i13 �V•��)U II � . \ua..
, I A'r� r.+ ♦ ����: �.� '.� �.}. rllt .ul�Il I. k:1 I
. N 'u U it r ivu la .�.1�,n�.''�+!`r 'T 7• � r F�' *i 'Ib�rl .,{ :r I ! i� 0
u;P,I.I.,�?.�lyilll�
r'I xr}h.l�1,rA.j-Y:v"�I rFw.yr. .v� [ S� �1� E_ r I •rit
°jn4i�i rJ \ rt 'rnh'`erJ�'n .t r r �.N+•"H'�•
.y. I r t ' 'ti}i a�t'y�,,i(:i u
4: R • ty �• SI i �y 4 I I �14'T::`+i �Y;S
9s'. w �{34 -��5 ZA I
`
�� � O uai kRt:c1
��?j I 1 i h I,.' 21C r�'f!�'iWc t ,4 , -+. 1�•J.. r� I � d':'::
-.1
Following is the name of the ■ill, shop, or office, and portion of the work
which will be done by each subcontractor, who will perform work or labor or
render services to the above -maned bidder.
Landscape & Tyrigat Bonita Landscaping
Chain Link Fengo Fence Factory
Masonry Harold Bailey Inc.
-- Rnnfing Ouaglino Inc
Glass & G1a��nn Paso Robles Glass
Drywall Whites Drywall
Ploori na���n •� C\i ndPrgl 1 g Carpets
e
plumbing rann Pl tm ins
Fire Sgrinkl.ers S & M Fire sprinklers
Electrical raldPr Electric
Hollow Metal. Doors ardware Atascadero Doors
Awnlnas- Bavview Pwnina
Sians John Allen Signs
Misc. Metal Seabera Metal Fabricato
Plastering Evans Plasterina
Cabinets Woodborne Inc
Tnc+i I j t- i on United California Insul
Toilet Accessories
Atascadero Doors
C � -iG
January 6, 1987
c1- ur nn I eA amia n I- of irar-da r% i * f 1=**=r Am*=A jnn"=r 9 long
v Y P
addressed to the City of San Luis Obispo, to the attention
of the City Clerk in reference to
the Bid for the Public
T'
Works Facility at 955 Morro Street,, City Plan No. M-44D.
;:tip • _ :�� ..
NICK E. POKRA AC ..
General Building & Engineering Contractor
January 6, 1987
c1- ur nn I eA amia n I- of irar-da r% i * f 1=**=r Am*=A jnn"=r 9 long
e
q
I A'i
Date
v Y P
addressed to the City of San Luis Obispo, to the attention
of the City Clerk in reference to
the Bid for the Public
T'
Works Facility at 955 Morro Street,, City Plan No. M-44D.
RECEIVED
It9ceived by-
X A. -
JAN - 6 1988
SAN WS 09iSPU 17.♦
Ti.tl.e
e
q
I A'i
Date
'�1.• - • H _ .. _ ... - Jam/ ISM
ET1NG JAGENb
1 1..1 �' 'y J ♦ , - am _ E . TE• � is 'as .ITEM .
:
.Y .
f.0 .
vv �.
'4
�) �j 'nr•r
:.
N
,r r IC _ _ JAC
O
� s��
} ` _ General Building & Engineering Contractor - •,,
X11 a, fl ...i_._ -'rr .Lr .� �- rt. 1-el .x,41+ .r. r;•, - "�- w 7! _'•
N
T .
JanuaryM 15, 1988 t�f ' R E C E IN E[
- r 'h � r- .+. i r] ♦rl,: S1 ay:,rl ..!. ,1 - -: 1 r t✓" ~ r JAN,
, �c .L t� J'r n a r. . +�r•✓'c+C -r. P,, p,.i :i
CITY CLERK ... _
;�•. c .'SAN
- ..
• _ . r. r r� 4 -1- '••ti ' r +«wy .,. L.w w;.rL— S Oelsao.eA
.City`'of San 'Luis Obis o
0 OX B1OO1L•'. . - F
ti. �v: �.. ..N yy �`,, .j: +• -L' -. _ _.?.:C
-r San,,.Luis -Obis o = , >Cp,. x' �, ;;,..:,
_ � ,,. 1:'9,340,3- 8100„R..� - -. ,�:.a_ :�;- _;�:,' t:�: .. '.:::'�
:\.. .� .:•�': �: i.{.� .y.• .- JT'•� "p -''✓.' =.td. - .- uia.:i:.L. i1.rL:ifi:h:.,:;:�:i� -' ::,i..n. .^I'it•
�!Y �,.: .^:w -.��H '4-.• �J ..f _.i�.ii•:..1_ v�,.. �,r .�^F•�� +'•',+:�.•r.. _+r.�r+.- .- 4.e�.;��. .1.,,.,+'._ .. .,yi i•il•'
_`^ =?'pro. y.'"t- ••T- ,i'✓;o:Y�` -,+ � - ti:�:.':'^ s'r nx' 'c ;h, �'� `,�•�r_y XLrS' �'' L `��r+'aLn�+'31YS'P13�Y¢s%''+`'� y�„r�'�.•" ✓• �. a.,J ::: - ,� h •at
c vw:S6::L7i +:]ciS•.. +.. .vGentlemetl:
='Z' would like , to ° '- -
request that, =I�be `allowed= to- 'speak at 'the; •,w'
"City'
- _Council,;Meeting on:my own'behalf in 'regards. 'to. ' °;;
r6test` -of of - the` bid'submitted;: b D: W: = Peterson'
';. P s
,•gin: �r_on� the.'. Public- �WorksiFacility: ate 955.- Morro_= „Street,';Cit �`
r Plan M-44D. �'�`fimsi °- `,;..+ _• - y
1 1 A t ,.lL '_ a X u•�, r S 1, J r 1' . r 1 t r ^-y --M I y .�C. L t y Tlii..
'- 1 +'id .TU.I.-.•_. w:.. r..Cr .. f- u ..-n -..s �.-... •.f a r � h n c,../ I J � 4F _
1 • - l
sincere) (/�. i ,•~l. \:� ^�i - .i+e. 'r . . �� r I g - -, f ^t . Y �`
µ ;
y Y Y }iL i w.S.♦ Y' 41 i f 1 tL± ..ail} "Y`k �-
::u'_ At .'ir'.jA l l
Q •i Tom.'., - ^%nY•
Nick E:.Pokra J ac
. -•r M
- :,General :.Contractor =- ' k IY
- - r. - T ] � lY / r'Y , Ja Y Y, r l _ 1{ i :.� 4.-L ••^ J` •..ra '
. '•I . I+ tii �” :wu�:r; r'' a _" , i 4W.J_ r �` . ^r., -_ -�: 1"C' 1
r v �p '�'✓ t r 1 a.J. to � _.: ^"- „•�-v. -' } J-1:/� 'r �.,:.
-r •_ NJ) ✓!J l.J. �.] IiY M'.1i:' t •lv -Alt) -Y a♦
ti„ _t, ' : n n J.tiiti• r 4fC "'✓.✓,' i �Yy.P ]. Fai ._:” ti I✓• ♦Z .:
' .t •` -�l a1I, •. �: ^�:5 ^n
• r - '.:3 .-. I f. - : _ i i ' :- : :.amy. a•_ ;;. ' 1 pk� 4 - `' v : r.;4 j +^ • Y 4_ .T .y�.R'•.:: .l '- ".•< y t.. r"v• rP b - n tLti'. ••�.. ".1-n.
�y1 - . •d _ • 1 . 1 r } . p s - .✓ � w -° t Gry, nY'L'yM pV r' y? Y . r l ,} a: F 1 I L il J' f ✓� tia! i/ �i. > .1,]" -1 ir' � -� 7 Lr l M1I '� .i a}.0 ,ir +' . � ' 1+" Y.. •, I� six. Ay S�•�G,'f wiy5 1 `..+ 1ia " k r1W ...`, �trl�.ir .y. •}a '�1S_ P � - - ' , WY ;r'- r 1 .;♦ .: rry. �iL •�+a:e�' r r ;.• 1 . ti i" , . : !L �' u .;^1`: .r Yi,.M v4. Wb ,r1''t G. .- _ ✓ • . '`. .. ,. ,it' +` �� !. _ 5r ., 'e "A f'r ��. . .., !�'+•' r + J . -�lY :' :' , ._ "? } rl . � _ ,1 .c.:1K__ 44 J ' y ❑ un(•,nt+e�•om4 C',15 iyi'` �rr l. ' - ' n� l . t'q•ei u-Y.p, .'` aI• ., , 't•. :' ,L� ,,v ,L 1. ' ' : i 1 i • � rS• nr,- .'r_ .T.4 w+r'�. �\ r t i _ .44 l '° x l % lL •r Jw�: r9Y .'... 4 A t ~ L .+ 1r 1' �� 1 :y _ ._ � . - .r� F _• `= ' � .. y .- R a - 1 . V L -
f✓. J " ~+yFr '� r y .: ��1_^ -+ '.1l1rr.y':: l.a l:'w .a 1O.
r�•
.. .
..6.`
_ _ _=' 1�_ ..y.LJ .4 -I^.. .:P ✓.;- ..L1.. ,•�-' P: '•C' +. -- :d'i. t'�- •.:'_'wd.:u.!` -+ ya,
,
�.rr •. .:.... .. .... 'r.. t . ........ :. :.:::.. . r^1:.1 ':JU I:i _ u41�..,- -�.fw ,l� _ a: ,.nw .,.C. ).,I1 -:•� �i. _
1
r
_ _
P.
.State License No. 451063 • P.O. Box 539. -'Templeton, FA 93465 805/434 -4419 _
r r. IV
M F. - _ .. �. -... c. .. .. �. _. ..�.. .. � ",^[i`w1J•A'u,: �:;!SS!. .r ..- ,�.: ~.. a _.. .= ..:rCV��"au�,J�::