Loading...
HomeMy WebLinkAbout02/02/1988, C-8 - CONTINUATION OF ITEM C-7 FROM THE 1/19/88 COUNCIL MEETING AGENDA - AWARDING CONTRACTS FOR THE 955 MORRO REMODELING PROJECT MEET AGENDA DATE - z �ee !TFM # January 21, 1988 MEMORANDUM TO: City Council for consideration on the 2/2/88 council meeting agenda VIA: John Dunn Roger Picquet� Dave Romero FROM: Dave Elliott SUBJECT: Continuation o item C-7 from the 1/19/88 council meeting agenda - Awarding contracts for the 955 Morro Remodeling project CAO RECOMMENDATION: Adopt the resolutions awarding the furnishings contract �- to L A Interior Systems and the construction contract to D.W. Peterson (recommendation unchanged) At its meeting on January 19, 1988 the council considered awarding the furnishings contract and the construction contract for the 955 Morro Street Remodeling project. Because of protests about awarding both contracts, the council continued consideration of the recommended action until the protests could be examined and resolved. FURNISHINGS CONTRACT: on December 1, 1987 the city clerk opened the following bids on the furnishings contract for the 955 Morro Remodeling project: 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 $ 9,552 .47 $126, 335.47 The Office Mart $118, 696. 68 no bid $118, 696. 68 (*) bid based on an unqualified line of systems furniture C-S- � Continuation of item C-7 page 2 After carefully evaluating the low bid from The Office Mart, staff and the city's interior designers recommended 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, became the recommended bid. At the council meeting on January 19, 1988 Robert Dullea from The Office Mart appeared and presented the following arguments: 1. Even if the low bid was deemed non-responsive, it was not worth over $12,000 to reject it. 2. If the low bid was deemed non-responsive for the reasons given by staff, then the second low bid should have been rejected for the following reasons: a. Some of the drawer pedestal configurations shown in the plans are not recommended by the manufacturer. b. The drawer pedestals do not run the full depth of the work surfaces under which they sit. c. The manufacturer does not make a freestanding bridge to connect two worksurfaces into a U-shape. Staff presents the following responses to these arguments: 1. The lack of flexibility and future price uncertainty of a contract with the low bidder could easily cost the city more than $12, 000 in the future. As part of the evaluation, staff prepared cost estimates of a typical future order. The estimate using the The Office Mart's specified parts turned out to be higher than the estimate using L A Interior System's specified parts. Also, the lack of flexibility could limit the reuseof parts and require ordering several additional parts to compensate. 2a. It's true that certain drawer pedestal configurations are not recommended by the manufacturer where the pedestals are freestanding or mobile. None of the pedestals shown on the plans or mentioned in the specifications are freestanding or mobile; they are all suspended from worksurfaces. 2b. The city's procurement documents do not require the pedestals to run the full depth of the worksurfaces under which they sit. Continuation of item C-7 page 3 2c. The city's plans do not specify a freestanding bridge to connect two worksurfaces into a U-shape. The solution proposed in the second low bid was a bridge suspended from wall standards already in place to support overhead shelves. The city's specifications state: "When a worksurface is installed adjacent to another worksurface the two worksurfaces shall be attached and secured with an alignment bracket. " This requirement should preclude any alignment problems. Staff still maintains: 1. that the low bid submitted by The Office Mart was not completely responsive; 2. that the next low bid submitted by L A Interior Systems was completely responsive; and 3 . that the next low bid submitted by L A Interior Systems is the recommended bid. Staff recommends awarding the furnishings contract to L A Interior Systems. CONSTRUCTION CONTRACT: Nick Pokrajac of Nick E. Pokrajac Construction, the second low bidder on the construction contract, and Bob Dorn of Associated General Contractors, a contractors association in Santa Barbara County, protested the low bid of D.W. Peterson on the following grounds: 1. In its bid proposal D.W. Peterson did not list all of its subcontractors as required by the state public contract code. 2. D.W. Peterson and its listed subcontractors do not have the five years experience in built-up roofing installation that is required in the project specifications. 3. SAW Concrete Construction, one of D.W. Peterson's listed subcontractors, does not have the required qualifications and licenses to perform the subcontracted work. 4. At the time bids were submitted, D.W. Peterson had not received bids from several of its listed subcontractors. Since the council meeting Bob Dorn has submitted a letter to the city retracting his protest. Also, Nick Pokrajac has stated that he will not further pursue his protest and has submitted a letter C-g-3 Continuation of item C-7 page 4 accepting any decision the city makes. Although these actions render the protests inconsequential, staff presents the following responses: 1. Representatives from D.W. Peterson stated that all subcontractors and sub-subcontractors were listed and that D.W. Peterson would perform all the work not performed by the listed subcontractors. D.W. Peterson has the qualifications and licenses necessary to perform this work and has complied with all the requirements of public contract law and the city's specifications. 2. R.L. Johnston, one of D.W. Peterson's subcontractors, has the qualifications and licenses necessary to install the built-up roofing. One of R.L. Johnston's employees has 15 years experience installing built-up roofs. 3 . Marcella Nunez from the state contractors license board confirmed that SAW Concrete Construction holds C-8 specialty license number 504555, which is the proper license for concrete work. 4. Some of D.W. Peterson's listed subcontractors will be sub-subcontracted to R.L. Johnston. Consequently they may not have submitted bids to D.W. Peterson. Neither protester presented any tangible evidence that all the listed subcontractors had not submitted bids to either D.W. Peterson or R.L. Johnston. Regardless, there is no requirement in law or in the city's specifications which requires the prime contractor to receive bids from listed subcontractors before submitting its own bid. In order to preclude future similar protests, staff will modify future specifications to require disclosure of more information regarding subcontractors. With the retractions of the protests, staff recommends awarding the construction contract to D.W. Peterson. attach: Evaluation of the low bid submitted by The Office Mart letter from Bob Dorn, Associated General Contractors letter from Nick E. Pokrajac 1/27/88 memo from City Attorney C-g- � 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_g-� 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-g� 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-g�7 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 Council Agenda Report from 1/19/88 rhe Office Environment Cornpar 0305 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 tile•:n..0 r•.Stow&Davis + �'� ��Iililllllllllllll�����������ll �Iill I�II� 1111 II _ cityof sAn oBispo 990 Palm Street/Post Office Box 8100 • San Luis Obispo, CA 93403-8100 November 171 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 iizie. 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�q� IO ASSOCIATED GENERAL CONTRACTORS Or CALIFORNIA u� SKILL INTE n� HEADQUARTERS FSPoNSIB��'\� `! Vo <D,, 3095 Beacon Blvd. 7 AOIFOFFICERS mide+.t West Sacramento,California 95691 (916)371-2422 ^� rJr Jerry Toll,Sr. Vice President M�/ Ed Ronchelli,Vicr Peeridrnt INDUSTRIAL RELATIONS DEPTS. �-` ( j;��8 �) Nian S.Roberts,Treasurer Northern California Labor NM.B.McGowan,/,nmediacc Pmt Preat'denl 8301 Edgewater Drive 13api �i . v Richard B.Munn,Eaecuiiue Vice President Oakland,California 94621 a— ti (415)568.6839 Southern California Labor Dept 2551 Beverly Boulevard January 20 , 1988 CCp Les Angeles,CA 90057 (213)385-6031 DISTRICT OFFICES P.O.Boa 3259 426 Broadway,Suite 202 Chico,California 95927.3259 Mr. Dave Elliott 93.1%3 1255PCity of San Luis Obispo 1255 Pew sweet,suite 814 San Francisco,CA 94109 Public Works Department (415)776.2054 8301 Edgewater Dries City Hall, Upper Level Oakland,California 94621 San Luis Obispo, California 93406 (415)568-6174 p 400 Reed Street P.O.Boa 58032 Dear Dave : Santa Clara,California 95052 (408)727.3318 . 5070 North Sixth Street,Suite 159 After reviewing documents relating to Mr. D. W. Fresno,California 93710 g g (209)222-6262 Peterson' s bid proposal and having discussions with 3324 State Street,Suite dd Santa Barbara,California 93105 Mr. Peterson, the Association of General Contractors (605)682-6242 of California will recind its protest concerning the 2551 Beverly Boulevard Los Angeles,California 90057 project at 955 Morro Street, San Luis Obispo. (213)3856031 264 �' cNorthBrnd y,Suite F&G In addition, I would like to thank the City for Santa Ana,California 92701 (714)547-6167 agreeing to make changes to its Standard 255 North D Street,Suite 201 Specifications in regards to listing subcontractors San Bernardino,Califomia 92401 (714)885-7519 in order to alleviate problems in the future. Thank you. Sincerely, Robert Dorn, Manager Tri-Counties District RD/jg cc: Donald R. Bloss NICK E. POKRAJAC General Building & Engineering Contractor January 21, 1988 2021 Harvflu_ t 19c18 City of San Luis Obispo P. O. Box 8100 San Luis Obispo, CA 93403-810.0 Off + ATTENTION: Dave Elliott Dear Dave: Thank you for giving me the opportunity to speak on my own behalf before the City Council- in regards to my protest of the bid on the Public Works Facility. I want you to know that I will accept most any decision that is made by the City. However, I do feel that the bid from D. W. Peterson was highly irregular. I have enclosed per our conversation a sample "Subcontractor List" for you to review. If I can be of any assistance to you in the future to help with the bidding process in order to avoid this kind of situation please don't hesitate to call me. Sincerely, Nick E. Pokrajac, General Contractor NP/pd Enclosure State License No.451063 •D.O. Box 539•Templeton, CA 93465.805/434-4419 C'g- �� � J - ,9; �jli'jl j I l I I iI •:,, i��:.1,� , �i � it ► I i city Of SAn luOBISPO 990 Palm Street/Post Office Box 8100 • San Luis Obispo, CA 93403-8100 (805) 549-7140 January 27, 1988 MEMORANDUM To: Honorable Mayor and Members of the City Council From: Roger Picquet, City Attorney n.r Subject: Award of Construction Contract - 955 Morro At the January 19, 1988, Council meeting, several legal questions were raised regarding the propriety of D. W. Peterson, the apparent low bidder, in submitting a bid where listed subcontractors were technically subcontracting with another listed subcontractor and/or they had never made a formal contract with D. W. Peterson. The State of California Public Contract Code Sections 4100, et seq. is known as the "Subletting and Subcontracting Fair Practices Act" . The purpose of the chapter is to eliminate the practice of bid shopping and bid peddling which it found to be detrimental to the public. These practices are defined as taking the bid of one subcontractor, using it in preparation of a successful bid on a public works contract and then going to the other subcontractors in an attempt to get a cheaper price for that portion of the work. The law requires all bids on public works to contain information regarding "each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement . . ." (Section 4104) . Section 4105 specifically prevents circumvention of the listing requirement by the device of listing another contractor who will, in turn, subcontract the work. This provision is not violated in the instant situation because there has been no circumvention; that is, by listing all subcontractors who will perform the work, D. W. Peterson has complied with the provisions of Section 4104. There are no court cases or Attorney General opinions squarely on point. However, cases deciding related issues have found that the mere listing of a subcontractor by a general contractor in a public works bid does not create a contractual relationship. Smith v. Ducharme (1977) 135 Cal .Rptr. 483. Other cases indicate that absent harm to the subcontractor who has detrimentally relied upon the fact that his company was listed, no legal error occurs by listing prospective subcontractors. Of course, under Section 4107 a listed subcontractor cannot be substituted without permission of the public agency. This is true even if no contractual relationship exists between the general and the C-g-13 Honorable Mayor and Members of the City Council January 27, 1988 Page 2 subcontractor. In our situation Mr. Peterson has placed his company at a potential disadvantage by listing subcontractors in advance of formally securing a bid or contract for their portion of the work. However, this is not the situation the law was intended to prevent. Although it may be poor management and a questionable business practice, it is not a violation of the law and would not form the basis for declaring a bid non-responsive or a contractor non-responsible. RP:ajr c: CAO City Clerk �II�N��NIIIYIIIIIII�I p�IIIII,If t�uMEETING DATE: IIIN�I u city oSan LUI, � �Sp� Januarg 99 88 Gp COUNCIL AGENDA REPORT Imo"' NUMBER: 2 AV FROM: David F. Romero, Director Prepared By: Dave Elliott Public Works Department d Administrative Anal st SUBJECT: Awarding contracts for the 955 Morro Remodeling project CAO 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 Furnishinas 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 0000 discounts to arrive at bid prices. G-6 CA-�r' �u�M��►�IV11111hIIP�j����ll city of sa. . Luis OBlspo 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 $250, 000. 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: architect's successful budget estimate bid price furnishings contract $290,000.00 $253, 000.00 $126, 335.47 construction contract $140,000.00 $250, 000.00 $253 , 000.00 total $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: < .. It C.,rL,X,?�� ���nni�►►�►ulllllllllP��u�q��pl city of san tu.., oB1spo AGO 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 TARING 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 -17 baqlie� 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 seconded by and on the following roll call vote: -- AYES: NOES: ABSENT: the foregoing resolution was passed and adopted this day of , 1988. MAYOR ATTEST: CITY CLERK APPROVED: J CITY A MINISTRAT OFFICER CITY AT ORNEY INANCE DIRECTOR PUBLIC WORKS DIRECTOR 4 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 $2501000.00; 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 seconded by and on the following roll call vote: AYES: NOES: ABSENT: the foregoing resolution was passed and adopted this day of 1988 . MAYOR ATTEST: CITY CLERK APPROVED: CITY A MINISTRATI OFFICER CITY ATTO EY INANCE DIRECTOR PUBLIC WORKS DIRECTOR C 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: ^,� 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 D�2� 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�� 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 $12,358. 16 does not make the lack of - flexibility and risk of higher future prices acceptable. attach: 11/16/87 letter from Steelcase, Inc. 11/17/87 memo to holders of the procurement documents C-� The Office Environmer mpiny N305 8687 Melrose Avenue West Hollywood,CA 90069 Telephone 213.659 5005 November 16 , 1987 Mr. Dave Elliott City of San Luis Obispo 990 Palm Street San Luis Obispo, California 93401 Dear Mr. Elliott: Thank you for recently taking a few moments to discuss your upcoming project with me. As you know, J. L. Design had contacted you to inquire about allowing us to submit an additional bid for your project. The additional bid will be the Steelcase Movable Wall system and the Sensor chair. These products will provide you all the capabilities you expect from systems and seating at a cost effective price . These products are also more equal to the competitive products being bid. Your agreement to this additional bid is greatly appreciated . This letter should serve as a formal request to submit an additional bid from Steelcase and its dealer, The Office Mart. Per our conversation, this is the proper procedure set forth in your specification and I will look forward to your return letter. Should you have any questions , please feel free to call me. We are eager about the opportunity to service your needs . Sincerely, Steve Schmidt Sales Representative /pw CC : B . Dullea, The Office Mart L. Sorrento, J. L. Design E . Kuchar , Steelcase g-z4 titr••u..r5r•,$iqw B Days C- I, i - �iI1101111111111111����������� pl@IIII�III city of sAn WIS 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 iirie. 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. D�� 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 g�LN/ '.7"'•�yf,:.::qF(:.;6:11 __ ...If. f NICK E POKRAJAC " d '�; '.: • : � PO BOX 539 ATEMPLETON CA 93465 05AM Mp ' A.L'. II' .�• m. 4-0357165005003 01 /05/88 ICS IPMRNCZ CSP ONXA 2 8054342219 MGM TDRN TEMPLETON CA 01-05 0647P EST RECEIVED JAN - 6 1988 CITY CLERK OF SAN LUIS OBI SPO 8055497100 CITY(Lf:RK 990 PALM ST `°^ "`!-Et'Sro to SAN LUIS OBISPO CA 93401 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 POKRAJAC PO BOX 539 TEMPLETON CA 93465 18:55 EST MGMCOMP g-27 TO REPLY 8Y MAILGRAM MESSAGE. SEE REVERSE 9DE FGR`lVESTERM IRRON`S I*ill • FRFF 91 9`:If Ml'MITERS yIY '.,.}..:, n aii.: - �'�'IA- '.T,�L.Y'I Y..,y♦�!' an ;•�t. •'y . . l"' .Si�'. '•.a:r•G.: er°,,�1" �;.-- ... •.I. -Page::.1. o.f:,2:t.i ' ,..p,Mitt i .. 4 IyIY 1 l F y I r"Y'C 1 `1i' f vf]L W�1 , ,.-.• pP Yw;y i, . I' sfnf 4 y,1 t'a iYfTX ].a.,,a((li 1 , � /J ••i •''y ', J-,^. J. -: .f.- 6 ,j•I'F: 1 :n. n.,. n rg •x` " +o-'✓1Nf.L7i.a r+ GehieM Building & Engih&nng Contractor ,. z. o- .:e�: .' ' ' —,.:a1.y.1..-': 'r •1 X ' •wYv .l '.. , .. SU•� I ., I V ryrirj/�` ' TI• Y ;1+R! I ♦ � ri. !♦ V t n 'LIQ Ye • F_.. January. 6,; 1988 r w �I I' F i' 'r1 ti vim'' T y :f ^ Y r y , w ux - e�e.y+aV• '��j:b ' I 11 p �T � I1J LI , I,I . .� ..a -+••b r,s Er r , �! ti 4 E C E:1=Vs f San Luis' Ohlspo aP' AN:oJ �- 'YY ' P• O• Box slob ' x San Luis. Obispor_: `CA '93903=By3W0'0 p ,.,,&X,ry y ATTENTION;. CitYii*erli '! Y))kp')]�)t' bac , "Z ' U A' ,•'' T II {i_vw'i r �:d Wd4A If ro ,,&beetPubliRE: k ' �; City Plan M-44D .., Gentlemen - . :k,k> This !.etter is in 'eonfirigat'ion;=of our telegram sent to yesterday.. January. 5 , .1988:iJi0oritiing you that I wish to. formally protest the bid. submitted.. b D. W Peterson. on,:tl above referenced project.: rw ', '•' Pursuant to the provisions of tilie�,Subletting and Subcontg �u 4 ing Fair Practices. Act, "Chapter,,;4r (commencing. at Section, A:. O; Part .1, Division 2 ` of the :$ublrcl>Contract, Code. of the 61-v . 7 ! •:II of California, Contractors.;;ar •„req euired,'.to -list: the name._.gf;.�r&0-h . each subcontractor €or..'the;'MVa ious' classifications.:of..wok, ” ter" will perform work of '.labor, pr Eronden;,service to.,,the oon�7�. ,Ill, � 11 Jnl. in or about the, project, ofl; 4 ,yalue. in ,excess'- of. one hai, fT nab percent (0.5%) of the. bid,--i-Odri:.protest is .based .on, the-NU ,x " that a large portion 'of rth6s., wor -gn.,this . project formed by subcontractor;S .:I.;an$':.-V ;;Wlt..Peterson's. Subcontrae� list does no t f v. A : d,;:... reflect #}is;fi,i ;; eattac ed cop of of subcontrac ti' _yQ a tor..P.b 'tti ' __. Ct„,i fOx; tib> used l Cow If D. W. Peterson, did not list all, his subcontractors th he''^�_ did not conform to the California. Government Code, and .. 1p� ti I • is invalid. Also pursuant to the Government';•'Code any work of Value:,mg ::'*-1.1;1A..I of one.-half of one percent., A5%):;: o.f.:.:the::bid :.for :which :'' "M M " contractor is listed. will Fie performed by the bidder.. The' g', `^� ♦.t. ! }4 � a - - are a number of specialty ' tems :in,.-this job,. such. as ; F 4• of Toilet Partitions, ,Manufacturing of wood ,doors. and - metal frame, installation of'.:built'• up roofing system,-,..an .� cation of cabinets , that :were not>::,listed.:.on. D.:, W. ': Peters bid that even myself, a ..well:1''e xperienced..contractor,_ wou- 'd attempt to do. " ca. Yyr Continued on. page ,; s �*. 1;:,p.: r.:r,. 1:• i.-.e No. 251063 •P.O. Boz 539 P 1Templetori,CA 93465.805/434-2219 T NICK E ` P/O%\KRAJAC ay` ,: . General Building & Engineering Contractor , . ' 6uar'y .6 41988'. : ' y : SI. 4y of San Luis.: Obispo • . sliE Public Plorks Facility:, at. 955 Morro Street City PlanM=44D ...listed twenty-. one :subaontr.Actors , on my bid pr000sa.1. for thiwim i'aEe.terson�lo ` ; yL':ated -ten, and: of that ten I av W r yI� fxsipte�i:l by,,:tephcteiittieo7'loutng ' companies did not ubmit a subcontract price to: D. W. Peterson. ^Yy-ATF `Jr ':'{:.f r '� .::�;ii. •.6.6aY ' i ' Mitchell=Power,' I: . '1 ::; :' ` cal . ,. , E Mecham` Chris Ploor- COV exn r"; Floors ng ;c Santa Maria ACQusical $I Acoustical � . Tri-County IneuLa on Insu]8 ion .. "s��Z Central'!'-'.CoasF`ie` ProectionFire Sprinklers :�r ;r;1'; Central 'Coa v ire Equ�:pment - Fire Sprinklers" sure that ;based upoM these 'facts you will agree that the :;.; .. S gid' :Proposal you"reCei�fed from"D• W. Peterson on the Public . '.'!.Proposal Facility: ;at 955 �Motko ;Street' is 'invalid. ihcerely, 4� a afNl ::a•.9nYIL�.�� .r,..,.:. ick E.- Pokrajac 1.r::!s: ;:: ` ��,>� ;,~ General Contractor yr 11III. Itrj .. �I .i .}+I Y ( � '�.aJ• _ r'• 1�'7Y� `vulFf. closuredo .: a. y. .; •}',:• n,J vn, .in «4{�1! r� rN I I �,rf• �� r frW .-a �•` 1 I � ]v f II n' wl.f ,Yy1 ,.y1 , �. , -I.I:+tri•� `�. '3 ' � I •! � �' k��,�ro `.4ti.. a J'h�i{-J r c1 � i � it I in I .���yap•.� . •C: Jrr IC"�•1'1'SJ �I'- r '�C. J, � ,I N i 41 ' 7 b I v l 11.1i} v.YM° +Yf• pr k�•1�'..y' Itp1AA 'i.Ys �J, _- i 1 y t . � 11��'��",l�'I�'�•',�'='="mr t I¢' ' 1 � J,. U�r�+�h, ..c. •N - J. ..t .l ♦ � fK •�,, 1T Iinr tVl ':. •4d I•�My[,u.lyp�'�,R l If f I- Ir 1' � ., IJ �n1'v-t ... ., r_L. Y•� I V� CJI+ F 'rt� !�f rn t4lG F � I.r I ll r 'F �l a..�}"t - ,� -,�'r�"�• 21 'la ,..' "-h•a4,1 r�! �r MI"5•r..'�; �,,," Y r ..MCa•,.'f+. 4rJr ,g,.1 r - av't` I , ,111. I• I ,�'�h �ilih y 7¢r YI Ilyr v a Y r 3yt' L e 1 J. I•4 p}YIL 1 Sf r..1. 6 . , / w. .r' ++r I�nStete Wcerse Na X51063!P 539►T�npleton,CAJ 93 •805/434-4419 -•..L..Ip.�. «I'-L. wr.. , y. • J 1 -i �i71! •YFI11 -rq . :1�. Pl,. 11 , _ ly',. �."r.t+�• n Z �aiF�y�a+"4Jc C r ^ 'E'•r ♦i ...... ........... 1 ISM "'!{bl.fSf,W. , � i J 1•I' r r �1 I,�I��• ,: .xy. •,��,r J F � L N". U Llryjh Y , V ISF Y. � I ! I I�y,..i J,r4Y:• Y .ja -� Mr nu1C4L�Swr-. . _ .. � :} 1 a.: .. ....�'?..�">•Ii'•li 9�� I':! ..�1 _. . �a Following is the name of the mill, 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-signed bidder. Landscape & Irriwat Bonita Landscaping Chain Link Fenno Fence Factory Masonry Harold Bailey Inc. nnfinQ Ouaalino Inc -Glass & Glazing ., � T Paso Robles Glass nrvwali Whites Drywall Flooring &^C.gpCt einderPl7a Carpets Painting ra 1 tri n Waddle _ Toilet PartitjQns A+-agradern Door 1i4AC & Shee_t�Met4l r. t� G Mechanic4l. Plumilh-- - Gann Plumhinv Fire Sgtynkl.ars s 6 M Pir2 SpTi,nnklers Electrical Caldpr Flectric Hollow -Metal Doors b Hardware Atascadero Doors Awnings Bayview Pwnina Signs John Allen Sivns _Misc. Metal Seabera Metal Fabricatc Plastering Evans Plasteriner Cabinets Woodborne Inc �xisul: t;�n United California Insul Toilet Accessories Atascadero Doors c g' W NICK E. POKRA AC `- General Building & Engineering Contractor " January 6, 1987 r. . . .. ..:••ah4.. N' V. . .. Acknowledgement of receipt of letter dated January 6 , 1988*::_.;_ ;.. .. t•r addressed to the City of San Luis Obispo, to the attention r. ..'.: ...:...:.. ; � :..�. .. of the City Clerk in reference to the Bid for the Public ;,� 'k•� Works Facility at 955 Morro Street, City Plan No. M-44D• :y.•drs-.: !tel,�• !. r. :'!L:: � R E C E I V E E) ceived/by �..,:. :. JAN 6 198 •.4 yf'ti;E.a...�., �I � .. ' �2.^� OSQ6CLERK ::� 'iw•• P:a>::LiDr SAN l i ig Title Date iJl:...�_ qtr.. '•..';Ji�rr�••' iln • �F`!,tri^`::lid."ru... � .. '.'"'r'�r".'-S+4•h' •rte{.:wr-':ry.: r�. �r�..a.- . �� ! MEETI" AUENUA j _a i ea DATE • ITEM # ic theoff ema rOv 2-1-88 h� Mr . David Elliot Ori City of San Luis Obispo P .O. Box 8100 San Luis Obispo, CA. 93493 Subject: Furniture Procurement - 955 Morro Street We are submitting a list of four responses to your letter evaluation of our low bid for furnishings submitted December 1 , 1988 . Section IV-B. 1 - The Office Mart did respond, in our low bid of $104 , 424 .00 with Steelcase system furniture, that your own letter confirms does meet durability and value . The free standing desks and "U" shape requirements are specifically addressed in our bid with "worksurfaces to connect freestanding worksurfaces . " The L.A. design office failed to provide free standing worksurfaces in your offices ie #1 107 , 108 , 109 &110 . They used a panel mounted worksurface as part of their solution - non-responsive. Section III-A.4 - Future- Orders Your letter, page 3 , states the Office Mart submitted a "sliding scale of discount rates" and "that submittal of the sliding scale was acceptable . " We further submit that a twelve thousand three hundred dollar initial bid savings is substancial . An analysis of products to be purchased in the future using Hayworth 51% discount versus Steelcase 50% discount or 45% discount would not end up costing the City more dollars - in many cases less ! ! Example : ( sheet #2 attached ) Shows a random selection of codes #5 , 10 , 15 , 20 , 25 , 30, 35 , & 40 ( as prepared by your designer ) listed for both vendors . Steelcase/Office Mart net low by $20 . 35 ! Company Offices & Distribution Center 4181 State Street, P.O Box 30570, Santa Barbara, CA 93130/(805)683-1533 Section IV-J3 - System furniture pedestals and drawers Specifications call for pedestals with ,two file drawers. " Attached is a copy of Hayworth - "unigroup" - catalog pages 29 and 30 that specify for "safe loading - only one 12" drawer can be included and it must be the bottom drawer . : The L.A. design response to specify two 20" deep file drawers is unsafe and clearly unresponsive. The Office Mart/Steelcase response is to provide a two file drawer pedestal , 29" deep, with no load limitations as specified . Conclusion - Combining the Steelcase 9000 and movable wall systems provides a high quality, flexible , paint , color and surface matched solution for the City at a $12 , 300 . 00 savings . Kern County has recently conducted a three month long - evaluation to purchase 1500 work stations and concluded Steelcase ' s movable walls system to be the best solution based on cost savings and quality. (Contact 805-861-2301 for information) Yours Truly, Robert E . Dullea Vice -President RED/jb Copy To : Ron Dunin , Councilman Penny Rappa , Councilwoman Peg Pinard, Councilwoman Jerry Reiss , Councilman Allen K . Settle, Councilman STEELCASE Bid Code # Item/Description List Disc. Net A-5 48x30 Work Surface $297 .00 -45% $163 . 35 PWS-4830 CC A-10 42x30 Corner $458 . 00 -45% $251.90 PCWR-90W A-15 3611W Overhead Shelf $276 . 00 -45% $151 . 80 w/Door PBB-3615 A-20 30"W Shelf $104 . 00 -45% $57 . 20 PHBS-3015 A-25 36" Tackboard $75. 00 -45% $41 . 25 MWTB-3615 A-30 Tasklight - 30 " $103 . 00 -450/o $56 . 65 PLP-30C A-35 Pedestal One Box/ $276 . 00 -45% $151 . 80 One File PWS-30BLH A-40 Pedestal - 2 File $383 . 00 -45% $210 . 65 Drawers PWS-30-21 TOTAL $1 , 084 . 60 HAYWORTH Bid Code # Item/Description List Disc. Net A-5 48x30 WS-430 $252 . 00 -51% $123 . 48 A-10 48x30 WASF-430 $480 . 00 -510% $235 . 20 A-15 36W Shelf w/Door $312 . 00 -51% $152. 88 SR-4 - 108 FDRV-3 204 A-20 SR-30 $99 . 00 -510ml $48 . 51 A-25 TB-316 $110 . 00 -51% $53 . 90 A-30 TL-30 $120 . 00 -51% $58 . 80 A-35 MDSN-6 183 . $416.00 -51% $203 . 84 • MDSN-6 233 . A-40 Not Available, Safety $466 . 00 -51% $228 . 34 Problem MDSN-12 233 . MDSN-12 233 . TOTAL $1, 104 . 95 STEELCASE LOW BY $20 . 35 ON 8 RANDOM SELECTIONS NI � � UNIG �;t2�� : r,.��. . : - � ROUP C( NPONENTS/ , - =;; ACCESSORIES :,...:: E RIES , LATERAL FILE BIN FILING CAPACITIES IN LINEAL INCHES LM-42 LFOA ,r. . :.. ,;. . .. - Letter size 0. gade-to-side 210 0' 27,Jv' Letter-size front-to-back 12" 1' 12" 1' E24!' 2' 36" 2' 36' 2 48 3' Legal size - front-to-back 12" 1' 12" 1' 24" 2' 24" . 2' • 24" 2' 36" 3' 3%„ 9%„ 12%h" 9 Letter size • �_.i.,... side-to-side 1„ 6Y." ''. °•-'- .• • --- -' - 'number of file converison kit hanging bars needed ■DRAWERS os ■Shallow drawers have four Height Depth width Number Price compartments -3 t5°i" levy' os3 (Shallow)"" $ 25 ■Deep file drawers are equipped with 11" 15%" 1614. DFL-11 (File)*!__ 139 lock and key 8,q" 13" 16" DSD-11 85 ■Filing capacity for deep file drawer: (Stationery Divider) DFL —letter-size, side to side: 18" —legal-size,rfront back: 15 1/4" ■Stationery insert for deep file drawer has six sections Specify finish color for: DsD Profile surface ■MODULAR DRAWER SYSTEL2(Y' R DRAWER UNITS G ■Mount under work surface or sta k Depthwidth Hel M Number Price on pedestal base 14%" 3" MDSN-3`• $119 ■Only one locking drawer is requireMosta'• 127 S13f to allow gang-locking of any set of s". MDSN3'• $163 76,y4 drawers MDSL-6'm 193 l ■Lock cylinders optional 12' MDSN-12" $233 ■Front to back filing capacity is 18" MDSL-12'- 241 /a/•Z z. MDSN ■File conversion kit can be used for MPT side-to-side filing in 12" drawer MODULAR DRAWER ACCESSORIES (see page 28) Description Number Price MSD =Price includes fasteners for any pencil Tray MPT-100 $ 17 mounting configuration Stationery Divider, 6" MSD-6'' 40 ■CAK 100 (page 42) required for Drawer mounting to steel work surfaces Drawer Divider,6" MDD-6'• 25 Specify finish color for: Drawer ' MDD MDC Profile surface .ir.;t:,• Compressor/Adaptor, MDC-12'' 31 Pencil tray finish 12' Drawer 4. l .s; color—Charcoal only Lock Kit MLK-1 15 �# Mobile Baselraboret MMB3'0 187 ,r ; Top k a •• ;,;_.,_, ., Stationary Basefraboret MSB3 . 127 Top We *Available through RUSH. WORK SURFACE EXTENDER •Available through RUSH PLUS. Please consult RUSH/RUSH PLUS price list. Height width Depth Number Price 1'/a" 14%" 2D•' WSE-1'0 $139 29 Is UNI R ONENTS/� {, G OU COMP , i, I r s ..? s +t ,r, �q r •? a�- �',�: + `I.' ACCESSORIES T7q: + ', •" y`;, `,.• vt,.,-K' jl'. ■MODULAR DRAWER SPECIFICATION AND INSTALLATION REQUIREMENTS "Fk �` -M w For suspending drawer stacks on work ..• -" , Possible Supper . Wort Single Multiple , � ,i -I- > surfaces, d0 not exceed these mount- Locations Required Surface PedesW Pedestal :=? Ing requirements: 24„x24„ 21 1 2 It NOTE: The maximum pedestal height P 9 20"x30' 2T is the total of the heights of all drawers 1 2 3a'x20•' 27” suspended beneath a single work30'x20" 27' ":.;': surface. 30'x30 27' Maximum pedestal heights are based P 9 2 2 36"x20' 27" 54" on the following drawer load 36^x24" 27" 39"' capacities: 36 x30 27" 39 dd 3" Drawer— 9 pounds 6" Drawer-18 pounds 2 2 az'x2a' 27" 5a" 47'x24" 27" 39" 12' Drawer-36 pounds {i 4200' 27" 39" For safe loading of drawers with either 3 2 48"x20' 27' sr' mobile or stationary pedestal bases, 48"x24" 2r 39r the height of the drawer stack (exclud- 48"x30' 27' 39 ing the base and taboret top) should 3 2 60'x20' 27' 511' :. F l not exceed 24". In addition, only one 61Y'x24" v" 39 12" drawer can be included, and it 60'x30 27' 39 must be the bottom-most drawer. 4 3 72x20' 27" 51" Dynamic or moving loads may require 72'x24" 27" sr' additional panel support to assure a 72 x30 27" 51" `iq stable, safe condition. For proper panel support, refer to Designing with Haworth or contact the Customer - , 6 Service Department. EVALETS — VIDENE AND FABRIC FRONTS ■Three-garment capacity VIDENE FRONTS ■Shelf for footwear storage Height Depth width Number Price (: ■Price includes hanger rod, mounting s3" 7�i." 28' VRV-2853 $252 brackets (Right Opening) Specify finish/colors for: VLV-2853 252 Fabric or Videne surface (Len Opening) Profile trim t.; Typical specification number: VRV-2853 V-8L (Gray Tone) G FABRIC FRONTS $ VRV „ Flannel or . Basketweave •' Height Depth Width Number Pinpoint Basketweave Robnell 53" 7%" 28" VRF-2853 $277 $291 $306 . (Right Opening) - VLF-2853 277 291 306 �I (Left Opening) 30 MEMORANDUM "�`��, city of san K , oBispo � 990 Palm Street/Box 8100•San Luis Obispo.CA 93403.8100 TO City Counci MEETING AGENDA IIATE FEY Z BB ITEM # FROM Pam V e CG: T �lph L - SUBJECT Per onne Board 9/88 The Council Subcommittee (Reiss/Pinard) did not get an opportunity to deliberate following the Personnel Board interviews held on Wednesday, 1/27 and is requesting that this item be continued to Tuesday, 2/9. PV:skj MEETIAr, AGENDA DATE - fie ITEM �illllllll IIIIIIIIII III�����������I �I II I III� # city of sAn tuis OBIS p 990 Palm Street/Post Office Box 8100 • San Luis Obispo, CA 93403 8100 cc• - art February 2, 1988 To: City Councilmembers From: Mayor Ron Duni n Subject: Planning Commission Appointment The Planning Commission Subcommittee of Councilman Allen Settle and myself, reviewed all applications for the vacant position on the Planning Commission created by the election of Commissioner Jerry Reiss. After interviewing seventeen applicants on January 13, 27, and 28, the Subcommittee differed as to the qualifications of the leading applicants. It is my recommendation to the Council that Randy Bullock be appointed to fill the unexpired term ending March 31, 1988. I am further concerned that because of the possibility of appointing Mr. Bill Roalman (Mr. Settle's recommended applicant) , the Commission will become unbalanced. The reappointment of Charles Crotser, Donna Duerk and Richard Schmidt should not be considered at this time. Included with this recommendation is my understanding of the chronological events which led to this basic disagreement between Councilman Settle and myself. It is my hope that after review of both applicants, the Council will appoint without prejudice, the person most qualified, that is Randy Bullock. RD:ra Attachment �IIIO IIII IIIIIII�IIIIIIIIIIII �IIIIII IIII IIII II II I city -of sAn tuis oBispo 990 Palm Street/Post Office Box 8100 • San Luis Obispo,CA 93403-8100 February 2, 1988 i To: City Councilmembers From: Mayor Ron Dunin Subject: Criteria for Planning Commission Appointments After receiving the memo from the Council Subcommittee Chair dated December 21, 1987 (attached) , I discussed with Councilman Settle the most unusual and unprecedented approach and deviation from well-established procedures in recommending the appointments to the Planning Commission. I would .like to point out the unfairness of the suggested new approach. 1. In the past, election results were never used as criteria for the appointment to any City Commission. This type of appointment is strictly political. 2. The Subcommittee received many applications (26) , and it became obvious to me that many applicants had very high qualifications. To assure the fairness of the review of the applications, I developed the criteria and matrix to be applied during the interviews of all applicants. I would like to add that in putting the criteria together, I have consulted with the CAO, City Clerk, City Attorney, Community Development Director and the Chair of the Planning Commission. After the review of the criteria, the Subcommittee agreed to use the criteria and matrix during the interviews. Councilman Settle chose not to use the matrix in subsequent interviews. Prior to the vacancy created by the election of Jerry Reiss, the Planning Commission was fairly balanced, therefore, it is obvious that the person replacing Commissioner Jerry Reiss should have a similar business background. Mr. Bullock fits that description in every way. He has been on the Commission for a period of five years including two years as Chairman. He was highly regarded as a Commissioner and Chair by his colleagues and the Council. After a short hiatus (for family reasons) , he has reapplied for the third time. Each time he has been bypassed for a candidate of lesser experience and qualifications. It is my strong belief that if the Council wants appointments to the commission to be personalized, I would recommend that each Councilmember appoint one commissioner and reduce the size of the commission to five commissioners. RD:ra ��►��►�I►�►Ilfll�lllllllll pi�►►u�►i►I� WIS 0131SPO �Illll II 990 Palm Street/Post Office Box 8100 • San Luis Obispo, CA 93403-8100 To: Ron Dunin From: Allen Settle\ Date: December 21, 1987 Subject: Planning Commission Vacancy With reference to the Planning Commission vacancy, I am familizlr with the applicants who currently filed for this position left by the election of Jerry Reiss. I am supportive of Mr. Bill Roalman as a new Planning Commissinuer on the grounds that he has applied for and has received the largest number of votes of individuals who sought a City Council seat and was not elected. Last, he is a person with a constituency and of greater importance, he has expertise in environmental matters as an engineer that are of a great concern to this community. These concerns include the matters appropriated with transportation of toxic materials, storage of &"cll materials, use of materials, particularly as they relate to burl Ilse. If you are in agreement with my recommendation, I am rendy f.o I:Ilee action on this item at our January 5th meeting. If Mr. Ron Benrr..e 11, 1.1 ed to any committees, I feel that he should be considered also as a rwrnon IVho has sought office and may be applied on one of our advisory comin.ittres. Finally, I believe this recommendation to the Council will .Likely receive a unanimous vote. If this is not acceptable, we need to schedule appointments for interviewing. Thank you for your consideration. , AKS:ra c: Pam Voges MEETIN( AGENDA �/� ��IIIIIIIIIIIIIII IIIII���� ffi !'3 aEMCl100 O sAn1 O 1ST 990 Palm Street/Post Office Box 8100 • San Luis Obispo,CA 93403 8100 February 2, 1988 MEMORANDUM TO: City Council FROM: Councilman Allen Settle SUBJECT: Planning Commission Appointments The Council Subcommittee (Settle/Dunin) reviewed all applications and - interviewed 17 people on January 13th, 27th, and 28th. We had an excellent number of applicants to choose from but were unable to reach a unanimous decision. It is my recommendation that Bill Roalman be appointed to fill the vacancy created by Jerry Reiss in December. This is an unexpired term due to expire March 31, 1988. It is my further recommendation that the Council reappoint the following: Charles Crotser Donna Duerk Richard Schmidt These would be for a two-year term expiring March 31, 1990. It is my understanding that Mayor Dunin will have a separate report for Council to consider. Applications of the individuals interviewed are attached. AS/lb Attachments AB/PC-REC