Loading...
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�::