Loading...
HomeMy WebLinkAboutMINUTES - 09172006 - D.2 TOBOARD OF SUPERVISORS D22 . �-?1. : . corm FROM: John Sweeten, County Administrator `` 'Costa ' oUgy DATE: September 12, 2001 SUBJECT: AWARD BID FOR RECARPETING THE FIRST FLOOR AT 60 DOUGLAS DRIVE FOR THE DEPARTMENT CHILD SUPPORT SERVICES SPECIFIC REQUESTS)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION RECOMMENDATIONS 1. DENY the appeal of SpectraContract Flooring. 2. AWARD contract to Finney's Flooring in the amount of$124,668.73.: BACKGROUND On September 10, 2002, the Board of Supervisors continued consideration of the award of a contract for recarpeting of the first floor at 50 Douglas [give in order to receive additional information regarding whether Spectra Flooring demonstrated a goad faith effort to comply with the County's outreach requirements for construction projects. Clue to an inadvertent omission, pertinent correspondence between Spectra Contract Flooring and County staff concerning compliance with the good faith effort required under Division E of the contract specifications was not included in the Board's packet for this agenda item. A copy of the correspondence and appeal of the initial determination'by the Affirmative Action Officerthat,Spectra did not complywith the County's Outreach Program (as sot forth in Division E), and .a subsequent review by the County Administrator confirming that fact, are enclosed for your review. Also enclosed is a copy of Division E, which outlines outreach'requirements for all construction contracts and was included in the contract specifications for this project. As you recall, Division E sets forth the County's outreach requirements for construction projects over$50,000 that are circulated for bid by the General Services Department. Substantially similar requirements are also contained in Public Works Department construction contract specifications. It is clear, after further review this past week, that Spectra did not comply with Division E requirements and,therefore, the contract is recommended for and to�„E nney's Flooring. CttNTINtIEF!ON ATTACHMENT: ` YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD C MM EE APPROVE OTHER f SIGNATURES). , ACTION OF BOARD'ON ftt@Mt!g 179 2 APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS xNME I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: Of SUPERVISORS ON THE DATE SHOWN. ATTESTED SM P., Contact: ATTESTED Sweeten, Clerk of the Board of cc: Supervisors and County Administrator By -�� DEPUTY /� Contra 8aekd of 5upersrfsaraCounty Admi istr toorrJohn M.Glola 111DISN'CCt County Administration Building �y Qayla S-Ulikema 651 Pine Street, 11 t##'Floor2^d District Martinez, California 94553-1229 County (925) 335-1080 Donna Berber 31dDtstrfet (925)335-1098 FAX ,,. MarkDeSaulnler Joon Sweeten / a'n District County Administrator Federal D.Glover 6"District September 3,2002 Mr. Jim Greenwell, Project Manager Spectra contract Flooring 25 Ingold Road Burlingame,CA '94010 Dear Mr. Greenwell. Re. Recarpeting The First Floor, 50 Douglas Drive,Martinez For The Department of Child Support Services I have received your August 14, 2002 letter appealing the determination that your firm did not document an adequate'good faith effort to comply with the County's Outreach Program, Although I understand that you mistakenly believed that your administrative assistant had submitted the required good faith effort documentation, since no documentation was timely submitted, I agree with the Affirmative Action Officer's determination that your firm failed to comply with the requirements of Division E and the County's Outreach Program. Therefore, your appeal is denied.. The contract for this project will be considered for award by the Board of Supervisors at its meeting on Tuesday, September 10, 2002,which begins at 9.00 a.m., at 651 Tine Street,Martinez. Based on our determination that your firm failed to comply with the Di SP .CTRA CONTRACT FLOORING August 14,2042 County Administrator 651 Pine Street Martinez,CA 94553 Re: Recarpet of First Floor, 50 Douglas Drive,Martinez,CA Dear Sir: I am in receipt of correspondence from Emma Kuevor,Affirmative Action Officer,for Contra Costa County,in which she informs me that she is recommending to the Board that my proposal for this project be deemed unresponsive. She then sets an arbitrary deadline of August"12,2002,for me to file an appeal. Please interpret this correspondence as an appeal to her decision Find listed below the basis for this appeal. 1. The project was not well publicized. The two largest plan rooms in the Bay Area,Dodge/McGraw- Hill nor Construction Market Data,had this project reported. Despite this,I had asked my Administrative Assistant to do the necessary'Good Faith steps. The day of the bid,.she called in and quit, and I was under the impression that she had not done this. It was only later after the seventy-two hour period had lapsed that i found the folder documenting these actions. 2. Because of my ignorance of her actions,I called a certified MBE contractor who resides and has his business in Contra Costa County,and arranged for him to install this project,satisfying the 23%sub- contracting requirement. 3. -1 think that,despite Ms.Kuevor's recommendation,that I have demonstrated"good faith"in my proposal. Indeed,when I called to discuss this matter with her,she stated that the goal was not to employ minority contractors,but rather,to accumulate"good faith points." Because of these factors,I am appealing this decision,and asking that the Board waive the seventy-two hour requirement in the contract documents,and accept my goodfaith effort submittal.` Sincerely, Jim Greetiwell Project Manager CONTRA COSTA COUNTY RECEIVED FAUG } 4 ''f` JOE OF > I AUMINISN TCR SPECTRA CONTRACT FLOORING:BAY AREA 25 INGOLD ROAD,BURUNGAME,CA 94010 P 650 692 7199 F 060 692 8403 www.spectracf.corn County Administrator Board�i Supervisors John M.Gioia Affirmative Action Office ., 1st District k County Adrninistraation Building Gayle B.UI1 err a 651 '.Pine Street, 110th Floor 2nd District Martinez,California 94553-1228 Donna Gerber (925)335-1045 3rd District Fax:;(925)646.1353 ''+ Ekuev@cao.co.contra-costa.ca.us Conor Mark fle5auinier 4th District Jahn R. Sweeten Cosh Federal Glover County Administrator County 5th District August 7,2002 Via Fax and Certified Mail, Return Receipt Requested Spectra Contract Flooring 25 Ingold Road` Burlingame, CA 94010 Re Recarpeting The First Floor, 50 Douglas Drive,Martinez For The Department Of Child Support Services Our office has reviewed the bid submitted by your firm. Because you did not submit any"good faith effort"documentation,you failed to comply with the County's Outreach Program as set forth in Division F of the Project Specifications. Therefore,we plan to recommend that your bid be deemed non-responsive for failure to comply with the Outreach Program requirements and that the contract be awarded instead to the lowest responsive and responsible:bidder,Finney's Flooring Inc.- Should you disagree with our determination,you may appeal it in writing to the County Administrator,c/o County Administrator's Office, 651 Pine Street,Martinez,CA 94553. Your appeal must be received at that address no later than 5:00 p.m. on August 12, 2002, and must describein detail all facts and arguments on which you rely. It is anticipated that the contract will be awarded at the Board of Supervisors meeting on Tuesday, September 10,2002,which begins at 9:00 a.m. If you wish,you may appear at the Board meeting to comment on this matter. Any comments to the Board will be limited to the facts and arguments set forth in your appeal. Very truly yours, Emma Kuevor' Affirmative Action Officer cc:Barton J. Gilbert,Director General.Services Department Silva-no Marchesi,County Counsel Finney's Flooring Inc. a:ltr3pectraRecarpetl stFIMrtzCHS i E T 9 CONTRACT FLOOPIN0 j ,hilly 221 2002 i Director of General Services Architectural Division Office 1220 Moreilo Ave. i Martinet.,CA 94553-4711 Re; Child Support Services Re-Carpeting Project r hoar Sir: In response to the Good Faith Effort determination,we submit as follows: L We hove contacted Laid-bite Flooring,a certified NEBcontractor(CT#022491)and made � arrangements tot this minority firm to handle the demolition and installation for this.project. 2. We did not attend the pro bid meeting. We were apprised oftbe project too late,to attend. 3. We have listed Laid-Rita Flooring on out bid docutnents 4-10 Not applicable It is our thizz#dng that since we arc in fact,mooting the 23%minority participation,no further good faith i efforts should be necessary. { Please advise if this is not the case. Sinccrcl QJim0reenwell Project Manager , Sart USAN L.D.R. V 4s i yam'/ • FILE 40 4 tlrli..Ytt�aa.Mlt•as�.a/f��w:i YMY•{:ista Y#Ys{ SPICTRA CONTRACT fW RIM SAY ARF M 1W101)',IPO D,;BtAJWMMC.CA PAW P 850 692 7199 F 660(W M03'wm9,:po(,iWxvn , DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and ` Equal Employment Opportunity for Use on County-Funded Construction. Contracts of$50,000 and Greater SECTION 1. OUTREACH PROGRAM A. General This project is subject to the policies and requirements established in the County's Outreach Program for the use of Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Other Business Enterprises (OBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs). The County is committed to ensuring full and equitable participation by'minority, women, and other sub-bid or subcontracting businesses in County- funded construction projects. The Outreach Program is set:.forth herein. Bidders should be fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever there is a' need to subcontract portions of the work. Failure to comply with the County's Outreach Program may render the bid non-responsive: B. h+ E/WBE/OBE Participation The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid participation by 'VIBES; WBEs, OBEs, SBEs, and LBEs which is anticipated by the County to produce Ievels of participation as stated in the proposal form. C. lief nitions For purposes of this program., the following definitions shall apply: 1. "Minority-or'Women Business Enterprise (MBE or WBE)" means a business enterprise that meets both of the following criteria: a. A business entity that is at least 51, percent owned by one or more minority persons or women or, in the case of any business whose stock is held,',at least 51 percent of the stock is owned by one or more minority persons or women; and b. A business whose management and daily business operations are controlled by one or more minprity persons or women. ? "Other Business Enterprise(OBE)" means any business which does not otherwise qualify as a Minority or Women Business Enterprise'. 3. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section 3 of the Small Business .-pct and implementing regulations (Volume 13 of the Code of Federal Regulations. Chapter 1)': 4. "Local'Business Enterprise (LBE)" means a business that has its main office or principal place of business within the boundaries of Contra Costa County. '\C�A z I'vr)Iinn`TFMPT.-;TES ARCiP!3oHer D'ares%Division F'3-Q0 doc (Rev 7/i ?nt)? 1)f V'jSlON-F - I DIVISION E. Outreach Program/Mandatory' SubcontractingMinimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater 5. "Minority person"; means African Americans; Hispanic Americans; Native Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians); :Asian Pacific (including persons:whose origins are from Japan, 'China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa., Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas);.and Asian Indians (including 'persons whose origins are from :India, Pakistan, and Bangladesh). 6. "Subcontract" means an agreement between the prime contractor and an individual, firm, or corporation for the performance of'a particular portion(s) of the work which the prune contractor has obligated itself.' 7. "Subcontractor" means an individual, firm, or corporation having a=direct contract with the contractor for the performance of a part of the work which is proposed to be constructed or done under the contract or permit; including the furnishing of all labor, materials, or equipment: 8. "Vendor and/or supplier" means a firm that owns, :operates, or maintains a store. warehouse, or other establishment in which the 'materials or supplies required for the performance'of the contract are bought, kept in stack, and regularly sold to the public in the usual course of business. The firm must engage in, as its principal business, and its own name, the purchase and sale of the products in question. A vendor and/or supplier of bulk items such as steel, cement, stone, and petroleum products need not keep such products in stock, if it owns or Operates distribution equipment. 9. `ManufacjZ izer" means a'firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the contractor. 10. "Trucker" means a firm ,that performs hauling or trucking work with trucks owned or leased'by that firm 11. "Broker" means a firm that charges for providing a bona fide service such as professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel, facilities, equipment, '.insurance or bonds, materials, or supplies required for the performance of the contract. The fee or commission'is to be reasonable and not excessive as compared with fees customarily allowed for similar services.` D. Certification arta Participation of1'Iinority and Women Business Enterprises I. If recognition is to be given to yIBE/WBE participation:on this project, within three (3) working days after bid opening, an MBE/WBE roust be: (a) certified by the involved County department or self-certified on an appropriate form satisfactory to the County; or (b) certified by any of the following agencies-State of California Department of Transportation (Caltrans), City of Oakland, Port of Oakland,' Regional Transit Coordinating Council, San Francisco'Human Rights Commission, Los Angeles County Metropolitan'Transportation Commission, or U.S. Small Business Administration. \\Gsd fsllvolann�T7yfPL,;kTE\ARCMBoiler PtatesTivision E 4-00.doc iRev. 7j12/0M DfVTSION E - 2 a DIVISION E. Outreach Prograrn/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater Applications for certification and/or directories of MBE/WBE certified Cirrns are mailable at the following'locations: a. Contra Costa County' Affirmative Action Office, 651 Pine Street, 10th Floor, Martinez, CA 94553 Telephone: (925) 335-1045' Fait: (925)646-1353, Email: brive@cao.co.contra-costaca.us b. City of Oakland Office of Public Works, One City Hall Plaza, Oakland, CA 9461 Telephone: (510) 238-3 970 Fax: (510) 234-2233 c. Los Angeles County Metropolitan Transportation Commission Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012 Telephone: (21 )922=2600' Fax: (2 0) 922-7660 d. Port of Oakland 530 Water Street, Oakland, CA 94607 Telephone: (514) 272-1390' Fax: (510) 272-117 e.: Regional Transit Coordinating Council Includes-the following agencies: AC Transit(Alameda'Contra Costa Transit District) Telephone: (514) 577-8812 Fax: (510) 577-8839 Email: sandyp@pacbell.net BART(Bay Area Rapid Transit District) Telephone. (510)464-6114 Fax: (510)464-7587 Email:jmackl@bart.dst.ca.us County Connection(Central Contra Costa Transit Authority) Telephone: (925) 676:.,-1976x223 Fax: (925) 686-2630 Metropolitan Transportation Commission Telephone: (510) 464`-7750 Fax: (510) 464-7848 Email:jmiyasi mtc.dst.ca.us \\C;-,,d fsl\vnlna-o\`F,)APLATE\ARC'rt\8niler Plares\Division E 8-00doc (Rev. '/11100) D1VTSTO V E _ 3 DIVISION E. Outreach Program/Mandatory Subcontracting Minimurn/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater Samtrans (San Mateo County Transit District) Telephone: (415) 508-6417 Fax: (415) 508--6415 San Francisco Municipal Railway Telephone: (41'5) 923-6139' Fax: (415) 923.6180 Santa Clara Valley Transportation Authority Telephone: (408) 321-5606 Fax: (408) 955-0892 Email: andy.flores@vta.org f San Francisco Human Rights Commission 25 Ilan Mess avenue, Suite800, San Francisco, CA 94102-6033 Telephone: (415) 252-2500 Fax: (415)431-5764' Webpage: http://www.sthumanrights.orgi (Note: Firm must be listed on their certification list, not their registry). g. Caltrans(California Department of Transportation) Division of Civil Rights, 1120 v Street, Room 244-5, Sacramento, CA 95814 Webpage: http:/www.dot.ca.,aov/hq h. U.S. mall Business Administration Regional Office, 71 Stevenson Street, 20th Flo''or, San Francisco, CA 94105-2939 Telephone: (415) 744-6808 Webpage: http://www/govcon.com/ 2. This applies'to recognition as an MBE/WBE. a. All listed MBE or WBE firms must be certified:as defined under the preceding paragraph:. before credit may be allowed toward'' the respective MBE or WBE participation level. b. Work performed by a prime contractor will be considered for credit in computing any level of'anticipated MBE/WBE participation established Lor this',project. The prime contractor will be required to make a good faith effort to obtain certified V1BEs/WBEs through subcontracting to reach anticipated participation levels. ` c. A listed'GIBE or WBE firm must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing, and supervising the work. Gsd rs l\voi,,tpp\T--PPI— T E',.ARCi-P.Boi e:P!atesOivi_ion E 3-00.,:cc Rt'. 7-_.)',Ti DII/ISICN E - DIVISION E Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be paid to the vendor for such materials/supplies'in computing the levels of MBE/WBE participation, unless the vendor manufactures' or substantially alters the materials/supplies. e. MBE/WBE credit shall not be given to a Joint Venture partner listed as a subcontractor by a Joint Venture bidder. f. ilBE/WBE credit for brokers required for performance of the contract is limited to the reasonable:>fee or commission charged, as not considered excessive, as compared with fees customarily allowed for similar services. E. Good Faith Effort Documentation The bidder must take affirmative steps prior to bid opening,to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled businesses must be considered along with other business enterprises whenever possible as sources of supplies, construction, and other services. The required'affirmative steps for Good Faith Effort documentation are outlined below. It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs, and. LBEs an equal opportunity to participate in the performance of all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified business enterprises, including MBEs, WBEs, OBEs, SBEs,; and LBEs have an equal opporMTty to compete for and participate in County contracts. A bidder's good faith efforts to reach out to MBEs, WBEs, MBEs, SBEs and LBEs (subcontractors, suppliers, manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to meet anticipated MBE/'QBE participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However, failure to include supporting documentation`of a good faith effort and failure to achieve a minimum of 75 out of 100 Good Faith Effort evaluation paints may render the bid non--responsive and may result in its:rejection.' Adequacy of bidder's good faith effort will be determined after consideration of the indicators of Good faith as set forth below. Indicator i 1 ? 3 ;. 14 5 b 7 8 ; 9 1.0 Total Paints 0 ? 10 13 9 10 ! 10 5 10 I 26 7 I 100 Each indicator(2-10) is evaluated on a puss/fail basis, i.e., either fall or Zero points can be achieved far compliance with each item. ,Gsd .'s1 voianpA77NIP1:, i C i�BoEler 'atest.Civision C u- O',uoe ,nor. "'12.+00) 1 1V SIGN r - DIVISION E. Outreach Program/1Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater 1LEVEL OF ANTICIPATED I IMEIWBE PARTICIPATION' Yo Ports The bidder has made a good faith effort to obtain sub-laid participation by ivIBEs, WBEs, OBEs, SBEs, and LBEs which could be expected, by the County to produce a reasonable level of participation by interested business enterprises, including the 'anticipated levels of MBE and WBE participation set forth in the proposal''form and to have the bidder meet the Mandatory Subcontracting:Minimum for the'',project. 2 ATTFNT DED PRE-BID TMEETING " 10 Points The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the requirements for the project for which the contract will be awarded. This requirement may be waived only if the bidder'certifies in writing prior to the pre-bid meeting that it was already informed as to those project requirements. Required Documentation: 'a) Attend pre-bid meeting and be listed on the attendance sheet;or b) Submit a letter prior to the pre-bid meeting either by fax to (925) 313-7299 or by mail to Contra Costa County;General Services Department, Architectural Division, 1220 Morello Avenue, Suite 100, Martinez' California 94553. 3 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 113 Points The bidder has identified, listed and selected specific work items in the project to be performed by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs BEs, OBEs,'Sls" and LBEs. Upon making this determination, the bidder subdivided the total contract work requirements into smaller portions or quantities to permit maximum 'active participation of MBEs, WBEs, OBEs, SBEs, and LBEs. Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5. ADVERTISEMENT I 9 Points Not Iess than ten (16��calendar days prior to bid opening, the bidder advertised for sub-bids from' interested business enterprises in one or more daily or weekly newspapers, trade association: publications, minority or trade oriented publications, trade journals, or other media, specified by the County, such as the Daily Construction Service, the Daily' Pacific Builder, or the Small Business Exchange. Required Documentation: A copy of the advertisement and a proof of publication statement or other verification which confirms the date the advertisement was published. Note: The advertisement must be specific to the project, not generic, and may not be a planti < holder advertisement provided by the publication. It should include the County project name,' name of bidder, areas of work available for subcontracting, and a contact person's name and telephone number, information on the availability of plans and''specifications and°the bidder's J•��• a�' dt,Cv .,at.tii5107Vr.q)'1n.u'J` xtn��4.: ri✓rr YTiJlr\r1\arr r. 1 C L U DIVISION E. Outreach Program/NfandatorySubcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater policy concerning assistance to subcontractors in obtaining' bands, lines of credit,, and/or insurance. Consideration will be given .o the wording of the advertisement'to ensure that it did not exclude or seriously limit the number of potential respondents. 5 WRITTEN NOTICES TO SL7BCO-N'TRACTORS I IU Points The bidder has provided written`notice:of its interest in receiving sub-bids on the contract to those subcontractors, suppliers, manufacturers, and truckers, including MBEs, WBEs, OBEs, SBEs, and LBEs/laving an interest in participation in the selected work items. U notices of interest shall be provided not less than ten.(10) calendar days prior to the date the bids are required to be submitted. .Required Documentation: A copy of each letter sent to available MBEs, WBEs, ,OBEs, SBEs, and LBEs for each item of work to be performed. If there is only one master notification;then a copy of the letter along with a listing of ail recipients will suffice. Faxed copies must include the fax transmittal confirmation slip,showing the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of work to be subcontracted; County projlt name; name of the bidder; contact person's' name. address, and telephone number; information on the availability_of plans and specifications; and the bidder's policy concerning assistance wr th bonds. lines'of credit, and insurance. Note: This written notice can be used to Satis-fv Indicators 3, 7, and 10' CERTIFICATION AGENCIES (Bidders should contact the agencies listed.in Pararmph D.I above to obtain current copies of iMBE/WBE directories for listings of ce i ed'�IBEIWBE ''firms.) 6 FOLLOW--UP ON INITIAL SOLICITATION Ili Points The bidder has documented efforts to :ollow-up initial solicitations made in Indicator #5 by contacting the MBEs, WBEs, OBEs, LBEs. and SBEs to determine with certainty whether said businesses were interested in performing specific portions of the project work, to answer any questions from them; to record any teiephone'quotes. and to confirm/record the business' interest in bidding on the prbjkct Required Documentation'`. A copy of teiephone logs. These logs must include the name of the company called. telephone number. contact arson. who diel the calling, time, date, and the result of the conversation. 'Bidder must follow-up 'Xith all subcontractors to whom they sent letters. 7 I PLANS,SPECIFICATIONS -0b REQUIREMENTS 15 Points i The bidder has provided: interested sub-bid enterprises with information about the plans, specifications,and requirements for the seieczed sub-bid/subcontracting work. Required Documentation Include in Indicator 4 or 5. information detailing how, where, and when the bidder will make the required information available to interested subcontractors. Cion fsi . iarp,� .tP?.�Tfi' t2C �,Boii�r � r.< 3..3o.�oc ,2� r 3 1iG' IC�I�I'' 7 DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded" Construction Contracts of$50,000 and Greater 8 k CONTACTED IECRUITME'NT/P ACEiYIENT ORGANIZATIONS 1 10 Points The bidder has requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs, (DBEs, SBEs, and LBEs not less than fifteen(l 5) calendar days prior to the submission of bids. Any organizations which have been contacted must be listed in the required documentation. Required Documentation: A copy of each letter sent to outreach agencies requesting assistance in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include ;,the fax transmittal confirmation slip showing,, the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain areas of work to be subcontracted,County project name, name of the bidder, and contact person's name, address,and telephone number. 'S' 1 NEGOTIATE IN GOOD FAITH I 26 Points The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as determined by the County. Required Documentation: a) Copies of all vIBE/WBE/QBE/SBE/LBE bids or quotes received; and b)« Summary sheet organized by work area, listing the ;,bids received, the name' of the company that submitted the bid, the dollar amount of the bid and the;subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own forces, they must include a bid that Shows their own costs for the work.. 10 1 BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE , 7 Points The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs, and LBEs in obtaining bonds, limes of credit, and insurance required by the County or contractor. Required Documentation: Include in Indicator 4 or 5, information about the bidders's efforts to assist with bonds, lines of credit, and insurance. IVo later than three (3) working days following hid opening,' the bidders shall submit completed ;ood faith effort documentation to the County:.. In its review of the good faith effort documentation, the County may request additional information to validate'' and/or clarify that the good faith effort submission was 'adequate. Such information shall be submitted promptly upon request by the County. For MBE/WBE firms to be used on the project, the bidder shall submit, within three (3') working'days after bid opening, completed "Letter of Intent" form for each such firm(see sample form at end of Division E). Use of the form will verify the amount of work each MBE/WBE subcontractor, supplier, manufacturer, or trucker intends to perform. The form Osa :sl•,vo1app,,TE:`.tPL.krZ`,.1RC:-Moiter Natestllivision i 3-oo gac o,ec . -,iz,000) �%IVTSIC1i\! E 3 DIVISION E. Outreach Program/Mandatory` Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater shall be sued by the MBE/WBE subcontractor, supplier, manufacturer, or trucker identifying the'item(s) of work to be performer and the actual dollar value to be received. F. Award of Contract The Board reserves the right to reject any and: all bids. The award of a contract will be to the lowest responsive, responsible bidder whose proposal complies with all 'requirements prescribed herein. This includes compliance with the required Outreach Program. A positive and adequate demonstration to the satisfaction of the Board of Supervisors that a good faith effort to include MBE/ BE/OBEfSBE/LBE subcontractors' participation was made is a condition for eligibility for award of the contract. In the event that the Board considers awarding away`,from the apparent low bidder because of the bidder's failure to supply adequate good faith effort documentation, the County shall afford the bidder an opportunity to present further evidence prior to award of contract. The Board specifically reserves the right, in its sole discretion, to waive any of the time requirements set forth in this Division E and to waive any other irregularities relating to compliance with the County's Outreach Program. G. Subcontractor Substitution In addition to the requirements set forth in the provisions pertaining to the listing of subcontractors the following shall;.apply for the purpose of this program: 1. SubstitiMo`n' During Construction: The contract award requires that the level of all subcontractor participation shall be maintained throughout the duration of the contract. a. The Contractor shall request advance approval for all substitutions of bide-listed subcontractors. b. The request shall be in writing and submitted to the County. The request shall give the reason for the substitution, the name of the subcontractor, supplier,' trucker,or manufacturer,'and the name of the replacement. 2. GIBE/WBE Sub-bidder/Subcontractor Substitution: The County requires thats whenever the Contractor seeks to substitute a 'bid-listed VIBE?WBE subcontractor, supplier, manufacturer, or trucker, the Contractor must snake a good faith effort to replace the VIBE/WBE with a turn of the same certification status(i.e., LNIBE for MBE and WBE for WISE). a. The Contractor shall call at lease two ("?) certified ':VIBE or WBE sub-bid prospects from each trade for which sub-bid/subcontracting work is available and document the following for submittal: sd is hvoiapp�TEMPL.;` T- ^RCI-Moiier':'!aECSQivision L 3-00.doc ;2dv. DIVISION E - 9 DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater Mame of the company called; contact person and telephone number; date and time of contact. Response for each item of work which was solicited, includingdollar amounts. Reason for selection or rejection of sub-bid prospect. b. The Contractor shall submit all documentation of good faith efforts to the County for review and approval by the County.Administrator's Office. H. Sub-Agreement Falsification Falsification or misrepresentation of a sub-agreement as to company name, contract amount, and/or actual work to be done by the sub-bidder/subcontractor will result in sanctions set forth in provisions pertaining to listing of subcontractors. I. Final Subcontractinz Re ort Submittal/Verification of Performance Farms The Contractor must submit the Final Subcontracting Report to the County Affirmative Action Office within' fifteen (15)' calendar days after the final inspection of the contract work by the County. 'Failure to comply :may result in the assessment of liquidated damages in the amount of five hundred dollars ($500.00)' per calendar day by the Board of Supervisors. Upon completion of work, the Contractor shall submit: a completed "Verification of Performance" form (see sample form at end of Division E) for each VIBE"WBE prime contractor, subcontractor, supplier, manufacturer, or trucker used on the project or listed in the bid. The form shall be signed by the BE/ BE identifying the item(s) of work performed and the actual dollar amount received. Final payment for work done may be withheld'until all VIBE/WBE Verification of Performance forms are received. The Prime Contractor must explain in writing :any total dollar 'amounts paid to MBE/WBE' subcontractors;.suppliers, manufacturers, or truckers'that are less than the dollar amounts shown on the respective Letter of Intent.' J. Review of Records Upon request. the Contractor and its subcontractors and truckers shall promptly; make' available, for review by the County Administrator's' Office, certified payroll records and copies of purchase orders, invoices, and/or contracts from suppliers and manufacturers. K Pr2mpt avtnent The Contractor'shall make prompt payment to its subcontractors, truckers, suppliers, and manufacturers in accordance with their contracts and legal relationships. ,Gsu `'st u;o3app..L.:ViP-.l..:,.iRCLi',floilcc. ,atcst> Msxon .:3-i7fl.uoc {L.,:v. ",'i—v^U} ;tel v I S't0i� �, - iv DIVISION E. Outreach Program/Mandatory Subcontracting Minimurn/Affirmative Action and Equal Employment OpportuWty for Use on County-FundedConstruction Contracts of$50,000 and Greater SECTION 2. MANDATORY SUBCONTRACTING MININIUNI A. (seLi ral This project is subject to the 'policies and requirements established by the Board of Supervisors Outreach Program-Construction. The County is committed to maximizing subcontracting opportunities in the provision'of all goods and services to the County on a contractual basis. The Outreach Program is set forth herein:. Bidders should be fully informed of this program. Failure to comply with.the Mandatory Subcontracting Minimum requirements may render the bid non-responsive. € , Mandatury Sutbc atractin �ihimurn Partici anon Level To be eligible for award of this project, the Board of Supervisors requires the bidder to subcontract a minimum percentage of its bid', which is stated in the proposal form, to any qualified available contractor, and list all subcontractors, regardless of amount, that the bidder 'wishes to be credited toward :achieving the required MSM. Failure to list the subcontractors and :subcontracting amounts' with the bid on the form provided in the proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected by the Board of Supervisors as non-responsive. C. Definitions For-purposes of this program, the following definitions shall apply: l; "Subcontractor" means an individual, firm or corporation having a'direct contract with the contractor for the performance of a part of work which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor. materials, or equipment. 2 "Subcontract" means an agreement between the prime contractor and an individual, firm or corporation for the performance of a particular portions} of the work which the prune, ontractor has obligated itself. "Vendor''and/or supplier" means a firth that owns, operates or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. The firm must engage in, as its principal business, and its awn name, the purchase and sale of the products in question. ':A supplier of bulk items such as steel, cement, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. . "Manufacturer''means a firm that operates or maintains a factory or establishment that produces on the premises the materials or.suppliers obtained by the contractor. c # 5 ' r 1T`-1.3 '1.4 ..?t,� 5 rr Gid 1.v�.app [ :rtP R .Roti czst,L7iv sic�r )t3, ,�Uc Cts, DI TSIOiN E i 1 DIVISION R Outreach Prograin/Mandatory Subcontracting Minimum/Affirmative A,don and Equal Employment (,opportunity for Use on County-Funded Ccs coon Contracts of$50,000 and Greater 5 "Broker" means a firm that charges for providing a bona fide service_ such as professional, technical, consultant or managerial services and assistance in the procurement of essential ''personnel, facilities, equipment, insurance c7 bonds, materials or supplies required for performance of the contract. The 'fee or commission is to be reasonable and not excessive as compared with fees cuszomarily allowed for similar services. D. YMSM Particination';Recognition 1. Work performed by aprime contractor will not be considered for credit tc yard the MSM participation level. ?. MSM credit for materials and/or supplies is limited to 60 percent of the"amc--mt ru he paid to the vendor for the materials/supplies. 3.' MSM credit for a vendor who substantially' alters materials/supplies and or is 'a manufacturer will be 100 percent. 4.' MSM credit for brokers required for performance of the °contract is limit:i to the reasonable fee or commission charged, as not considered excessive, as comps d-xit fees customarily allowed for similar services. 5 MS credit shall not be given to a"Joint Venture partner listed as a subcontr�-gar by a Joint Venturi: bidder. I�Gsd fWvntanp`xEMPi_AMARCHToiter P!ates`.'Cti.•isio E 3-00.dac 'Equal Employ eat Opportunity for 1Useon County- urided Construction Contracts of$50,000 and Greater PROPOSAL Allgood faith es fort documentation must be submitted with :he bid or within threeNar.cina' days fo€lowing the bid opening. allure to submit the required good faith e;:fart documentation 'within. three (3) working days' follo,wing the bid opening, may Mender the bid Tion-responsive. The Co!y1rr anticipated levels or' 4E Parriciatirn: 1 WBE 'Participation: 6% 'rae bidder is required.to subcontract the 60tlowing, minimum percentages;.of acs yid: Mandator r Subcontracting NIinimurn (MBIA) Ifo R.eou.ireme-nt NOTE. Outreach Program information and/or assistance may be obtained through. the`Conaty's Affrmative Action Office at (9 5) 335-1.045. 1Ca {1 'sElvvi zx�ic riPt.� C:1 niiCr?IamsOivisian E 3-c-' doc Rtv, 71262,00)' vNTSION E - 13 DIVISION1. Program__ landatory Subcontracting i inimumlAffir ative Action and Equal Employment Opportunity for Use on County-Funded Constriction Contracts of$50,000 and Greater SECTION I. AFMI NIA.TIVE ACTION :XND E€ V.A1 E-MPLOVYIE vT OPPORT`TNITY The Contractor shall pay special attention to Division. F General Conditions. Sec.:cn 3fi Equal Employment Opportunity and Labor Code Section1735 and these special provision`. A. Employment Goals 1. On projects of $1,000,000 or more it shall be the goal of each contractor and subcontractor to ensure that the overall minority composition of all persons employed specifically for the purpose of completing this contract shall reflect the ove:�ll mirior'sty composition of the labor force of Contra Costa County (25.7111/0) and 6.90// of_he labor force for women employed' specifically for the purpose of completing :as contract. This requirement does not apply to,current employees used on this contract. 2 The contractor shall make a maximum effort to achieve this employment zoa.i within each trade by ensuring that the percentage of total hours worked within. each zade by persons who are members of minority groups and women are in propcnion to the overall minority composition of the Contra Costa County labor force population- 3. The goals shall apply to the contractor and all subcontractors regardless of aow'they are selected. B. Specific Affirm4tive action Steps 1 No cont .ctor or subcontractor shall be found to be in noncompliance sole.!-,- ,)n account of its failure to meet its goals. The Contractor and subcontractor shall 'ce z ven the opportunity to demonstrate that they have instituted these Specific A.f=adve ?action Steps and have made every "good faith effort" to make these steps work toward the attainment of the above employment goals. The contractor shall :nrorm its subcontractors of their respective obligations under the terms and requirements' of these special provisions. 2' The Contractor's and subcontractors' Affirmative Action Program must incl de specific affirmative action steps to increase minority and women utilization. A,. contractor who fails to meet the employment:goals'outlined in Paragraph A "Employment Goals", above, must demonstrate to the satisfaction of the Contract Cormliance 0: cer that a "good .faith effort" was made to meet 'these goals. This effort must', be at least as extensive and specific as the following: a) The:Contractor shall notify the union (hiring hall) in writing that the -mvioyment goal of this project is not being met, and the Contractor shall solicit he uniods assistance in meeting the specified goals. .i i u Ci�.,�C7der Naizs',Di inion E J 13 .i.foc �,t'�v. ,,r a SAT .utv DIVISION E Outreach Programflvlandatory Subcontracting Minimum/Affirtnative Action and EqualEmployment Opportunity for Use on County-Funded Construction Contracts of$50,00:0 and greater b) The Contractor shall make specific and continuing personal 'recruitment efforts, both written and oral, directed'at minority,`,female and community organizations, schools with minority and female 'students, minority and 'female recruitment organizations, and minority and female training organizations within the greater San Francisco Bay Area. c) The Contractor shall notify the Contract Compliance Officer whenever the union or unions with whom the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or female in response to a request sent by the Contractor to the union or whenever the Contractor has other information'that the union referral process has impeded the Contractor's efforts to meet the specified'employment goals. d) ;The Contractor shall actively participate as an individual or through an association in joint apprenticeship 'programs, and the Contractor' shall_ where reasonable, develop on-the-job training opportunities and programs which expressly 'include minorities and females. e) The Contractor shall solicit and sponsor members of minority'groups and females for pre-apprenticeship training. f) The Contractor shall demonstrate an effort to cooperate with the unions with which the Contractor has agreements'in the development of programs to assure qualified members or minority groups and females of equal opportunity in employment in the construction trades. g) The Contractor shall maintain a file of the names.' addresses and telephone numbers of minority and female workers referred to said Contractor, what actions were taken' with respect to each referred worker, and if the worker was not employed, :.the reasons' why.' For each such worker not employed by the Contractor, the Contractor's file shall''document the reasons. h) The Contractor shall establish' and maintain a current list of minority and female recruitment'sources, and shall notify community organizations that the Contractor has employment' opportunities available, and shall maintain the records of organizations' responses. The Contractor shall make a specific effort to encourage its current employees to recruit any qualified minority and female workers. i) The Contractor shall disseminate an Equal Employment'Opportunity'(EEO) policy within the Contractor's own organization by including it in any policy manual and collective bargaining agreement, by publicizing, it in company newspapers and annual reports: by conducting staff and employee representative meetings to explain .and discuss policy; by posting of the policy; and by specific;review of the policy with minority and.female employees'. DIVISION E.Outreach Prt gram!fandatory Subcontracting Min murri/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contacts of$50,000 and Greater D The Contractor shall disseminate an EEO policy eternally by providing notice of the policy to the unions and training programs and requesting their cooperation in assisting the Contractor in meeting EEO obligations; by informing and discussing it with all recruitment sources, by advertising in the news media, specifically including minority and female news media; by notifying,and discussing it with all subcontractors and suppliers. k) The Contractor shall ensure that all facilities and company activities are nonsegregated. If necessary, changing facilities shall be provided to assure privacy between the sexes. 1) The Contractor shall conduct, at least'annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage such employees to seek or to prepare for, through appropriate training; etc., such opportunities. m) The Contractor shall review, at least annually, the company's EEO policy. Upon request by the Contract Compliance Officer, the Contractor shall provide copies of documentation that a "good faith effort" was trade. C. Reporting Requirements The provisions in Division F General Conditions, Section 3)6 Equal Employment Opportunity and Labor Code Section 1735 are amended as follows: Each employee shall be identified as to minority or non-minority status and as to gender status on a form acceptable to the Contract Compliance Officer. Forms shall be submitted weekly to the Contract Compliance Officer. When payroll records are required, this information may be included on certified'payroll records using California Department of Industrial'Relations Public Works Payroll Reporting Form A-I-131. D. Enforcement The Contract Compliance Office will review Contractor's and.subcontractor's "project" employment practices'during the performance of the work. \.1Gsd Ps tivataDp\TEMPLATE\ARCMBoiter PtatesTivision E R-00.doc (Rev. "'1I 2/00) TJ'IVISTON E - 16 DIVISION E.Outreach Programi''Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opparmnity for Use on County-Funded Construction Contracts ofS,"M,0 0 and Greater 1. Determination of Noncompliance: If the Contract Compliance Officer determines that there is an apparent violation of any substantial requirements of these' "Affirmative Action and Equal Employment Opportunity" special' provisions, Division F General Conditions, Section 36 Equal Employment Opportunity or Labor'Code Section 1735 by the Contractor or one of its subcontractors, the Contract Compliance Officer will hold a meeting with the Contractor, and its subcontractor (if applicable), for the purpose of determining whether the Contractor is indeed out of compliance. If after the meeting the Contract Compliance Officer finds the Contractor out of compliance, the Contractor will be notified of its appeal rights to the County Administrator.: In the event that the Contractor disagrees with the County Administrator's determination, the. Contractor may appeal, in writing, to the Board of Supervisors. If the Board of Supervisors concurs that there has been a violation, the Contract Compliance 'Officer will notify the Contractor in writing of the sanctions to be imposed. In addition, the Contra Costa County Board of Supervisors will deem a finding of willful. violation of the California Fair'Employment Act by the Fair Employment Practices Commission to be a violation by the Contractor of the nondiscrimination requirements of this project, and such violation shall be subject to the sanctions provided 'herein.. The same shall apply to violations of the 'Equal Employment Opportunity Commission regulation and'ether state and federal compliance agencies. Any sanctions imposed by the County for such violations shall be in addition to any sanctions or penalties imposed by the regulatory agencies or commissions. Sanctions: A finding at the public hearing that I there has been a violation of the Affirmative Action and Equal Employment Opportunity requirements of this project shall be cause for the Board.of Supervisors to impose any or all of the following sanctions: a) Withhold an additional (10fir,) of all further contract progress payments until the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. b) Suspend the contract until such time as the Contractor provides evidence satisfat Tory to the Beard of Supervisors that the condition of noncompliance has been corrected. All expenses, including liquidated damages shall be paid by the Contractor for any resultant delays. c) Cancel the contract and collect appropriate damages from the Contractor. d) Declaration that the Contractor is non-responsible and is ineligible' to make bids on future County`'contracts until the Contractor can demonstrate to the satisfaction of the Board of Supervisors that the violation has been corrected. os:on:� N\Gsd fsl\volar)otTP�IPLATEr ARGF�1 80iler PlatesTivision E 3-OO.doc Rev.—'11'00) DIjJ SIGN - Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,1 Martinet, CA 94553 (925)->35-1045 Fax(925) 646-135') LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR!SUPPLIER/MANUFACTURER/TRUCKER Name ofPrime Contractor Name of Project Project Number The undersigned is a{check one}: Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MI BE WBE SBE LBE Subcontractor Subcontractor Subcontractor Subcontractor Supplier 'Supplier Supplier �'Supplier Manufacturer 'Manufacturer � Manufacturer � Manufacturer __. Trucker Trucker Trucker �''Trucker Other Other.'. Other Other Describe Describe Describe Describe Nene of the Above apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to bC performed): Total Amount Bid to Prime Contractor:S Signature PositionTitle Date Name of Person Completing this Form Company Name Phone Number Fax Number i i Z S-60,juc: k?Uv, Contra Costa County OUTREACH PROGRAM Affirmative Action Office oa 1 Pirie Street,Martinez, CA 94553 (925) 3354045 ,Foci;(925)646-€353 VERIFICATION OF PERFORMANCE SUBCONTPACTOR/SUPPLIE IMAiNUFACTURER/TitUCKER/SUBCONS1..iLTANT Name of Prince Contractor 2 Fame of Project Project Number 4 The undersigned performed work in connection with the above project as(check one): Sole proprietorship Corporation Limited Liability Partnership .Joint Venture 5. Check the following which may apply. MBE WBE SBE LBE Subcontractor Subcontractor Subcontractor Subcontractor Supplier SupplierSupplier Supplier Manufacturer �' Manufacturer __. Manufacturer ' Manufacturer Trucker TruckerTrucker Trucker Sub ConsultantSub Consultant ._. Soh Consultant Sub Consultant Other 'Other Other Other' Describe Describe Describe Describe None of the Above..Apply 6. The undersigned has performed the following described work in connection with the above project(specify in detail the particular work items or pmts that were performed): 7. Total Bid to Prune Contractor or Consultant: $ 8. Total Amount'Received:$ 9 Explain any difference between lines 97 and#8 by attaching a'written eXplanation. t4. Signature Position/Title Date ll. Mame of Person Completing this Form Company Name Phone Dumber FAX Number �\Gsd fsi�votaop�TEMP! .�TEr.ikRCH\Boiler Piates Division E 3-00,doc ;Rn, ";'I_'PO1 DIVISION E - 19' Pile: 250-02401B.4.4 THE BOARD OF SUPERVISORS' CONTRA COS'T'A COUNTY,CALIFORNIA Adopted this Order of September 10,2002,by the fuUowiug vote: AYES: NOES: ABSENT: ABSTAIN: SUBJECT: Award of Contract for the Recarpeting the first Floor, 50 Douglas Drive, Martinez for the Department of Child Support Services Budget Line Item No.44054225 Authorization No.0928-WH225F Bidder Total A p sn Bond_Amounts Finney's Flooring,Inc. $124,668.73 Payment: $1244,668.73 7700'Hillview Court Performance:$124,668.73 Tracy,CA 95304 Spectra Contract Flooring Burlingame,CA The above-captioned project and the plans and specifications therefore having been previously approved,Addendum No. 1 having been issued and approved, and bids having been duly invited and received by the Director of General Services on July 18,2002;and The Contract Compliance Officer having reported that the lowest monetary bidder Spectra Contract Flooring("Spectra!)submitted a bid which did not demonstrate as adequate good faith effort to comply with the requirements of the County's Outreach Program, and the Director of General Services recommending rejection of said bid;and The bidder listed.first above,Finney's Flooring,Inc.("Finney'),having submitted the lowest responsive and responsible bid,whichis$1,045:73 more than the next lowest monetary bid;and The Contract Compliance Officer having reported haat Finney has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program;and The Director of General Services recommending that the bid submitted by Pinney is the lowest responsive and responsible bid,and this Board concurring and so finding; NOW,THEREFORE,the Board finds,determines and orders as follows: The Board DETERMINES that the:bids submitted by the lowest monetary bidder Spectra is non-responsive for failure to complywith the project specifications and requirements of the County's Outreach Program, REJECTS said bid on those grounds, and ORDERS that the Mier 'bond be exonerated;and The Board FURTHER DETERMINES that Finney, as the lowest responsive and responsible bidder,has demonstrated an adequate good faith effort,pursuant to the specifications for this protect,to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance;and The Board, therefore,ORDERS haat the contract for the furnishing of labor and materials awarded for said work is to Finney at the listed amount and at the prices submitted in said bid,'and that said contractor shalt present sufficient payment and performance surety bonds as indicated above, and that the Director ofGeneral Services shall prepare the contract therefor;and The Board FURTHER ORDERS that after the contractor has;siigned the contract and returned it,together with the bonds as noted above and any required certificates of insurance'or other required doe ennts,and the Director of General Services has reviewed and found them to be sufficient; the Director of General Services is authorized to sign the contract for this Board;and ,HA20022san24o102L040©23b doc 1 or 2'. Award of Contract for the 250-0240/W4.4 RECARPETING THF,FIRST FLOOR,50 DOUGLAS September 10,2002 DRIVE!MAkTI41 ZFOR4,11E.I)EPARTMENTOF CHILD SUPPORT SERVICES The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services or his designee,any bid bonds,posted by the bidders are to,be exonei-Ated and any checks or cash submitted for security shall be returned;and The Board FURTHER ORDERS that the Director of'General Services or his designee is. authorized to sign any ese raw agreements prepared for this project to.permit the direct payment of retention into:escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract,pursuant to Section 22300 of the Public.Contract Code;and Pursuant to.Public,Contract Code Section 4114, the Board DELEGATES its fimations under Public Contract Code Sections 4107 and 4110 to the Director of General Services or his designee. The Board DECLARES that,should the award of the contract to Finney be invalidated for any reason,the Board would not in any event'have awarded the contract to any other bidder,but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding,the contract to another bidder in cases where the successful bidder establishes a mistake,refuses to sign the contract or fails to furnish required bonds or insurance(see Public Contract Code Sections 5100-5107). Orig.Dept General Services Dept.-Architectural Division cc: General Services Department Architectural Division Accounting AID File:250-0240/A.5 County Administrator's Office County Counsel Contract Compliance Officer(via A/D) Auditor-Controller Finney's Flooring,Inc.(via A/D) Surety',(via A/D) Consultant(via A/D) HA200212M240*2L0*0Mb,Ax 2 of 2 County of Contra Costa Office of the County Administrator Affirmative Action Office 651 fine Street,Martinez,CA 94553 (925)335-1045 fax: (925)646-1353' Ekuev a@c o.co.contra-costa.ca.us Memorandum Date:: August 7, 2002' To: Board of Supervisors From: Emma Kuevor k �- Affirmative Action Officer Subject: Recarpeting the First Floor, 50"Douglas drive, MartinezFor Child Support Services Project No. WH225F Attached for your review and consideration is the documentation of good faith effort submitted by the second lowest bidder, Finney's Flooring Inc. cc:' Scott Tandy, Chief Assistant County Administrator, Silvano Marchesi, County Counsel Barton J. Gilbert, Director General Services Department Ramesh Kanzarla, Senior Project Manager a:ltrBofSRecarpetChildSupSrvsOS0702 FRIM FPX NO. s Aug. 05 2002 07:i9AM 'P1` 77QQ HlLLV' Y A 95,304 209 632- 3 W. f2,QM,S-324§,VUQ FINNEL"Y'S i G TNG Fax Trnmft �- d 70: AA it A f From: Company. ► o, CCot W Company: Finney'sc Flowing Inc. Fax# ► Fax# 209-832-8333 Date # of pages to follow: Message: 6AA6Ai HERE AKE VE I T MI YOU KFANCJJ" MW 01#4110N E 40ft (ECITI"Ji re 1 go CAS, if YOu t4*16 MY JDVG ' •• FROM FAX NO. Aug. 05 2002 07':19AM P2 F inney's Floo Inc. Employee DailyWork Log _ U G C _ '5bPOU& Employee Name: C�AWWR ,! Date Work Prolormed' Start Time Kaki Time Total If ORY j V �p �U � � �1�2c ��Lt lUB f—A, LL ! e Csl j -,- JDC _ 0, A)IJ (C) fir: -1 �W ��- t 1.,.- _ t, t� ( A— r- � � Y Fork discribed above wn-completed per QWomers Sartisr,fatfiam Log must be turned in after tee k o is completed to Mike'Finney or you wig not be parid for the above discribed work. X •fl EMPIO+ee Signature Date FROM FAX NO. Ruga 05 2002 07:21 P3 Finney's Flooring, Inc. 'hone Messages Message For; Date & Time: Name of Caller: r-. .. Name of Company if any: Phone Number: Subject of Call: Message as follows: �..w. QW IV I WA l 4 FfMM FAX NO. Aug. 05 2002 07:20PM P4 Finne 's Flcanng, Inc. Plane Messages Message or: LJ Date & Time: Name of Caller: Name of Company If any: Phare Number [Subjett of Call. jrb POU Message as follows. V—y '1 .1% , % - 1 0 t d— MAI:Oc A I tA-A A. 6 (N I U, M U 111(t ON IVIVY[V 1 FROM FAX NO. Aug. 05 2002 07:20AM PS inney's Flooring, Inc, Phone Messages Message For; 1- Date & Tlme: "• - 1� Name of Caller: UO ` C Mame of Company if any: EM Ll .Phone Number: Subject of Calf: f Vj CC - 5P POUCIS'm Message as follows: ..-- vI FROM FAX NO. Aug. 05 20002 07:21AM P6 Contra Costes County OUTREACH PROGRAM .Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fix(925)646.1353 LETTER.OF INTENT TO PERFORM AS . SUI V, IM Atm rop,1"P UM 1'MANUTAC=M/"I'RUC Name of mm Con7r Name of Project G 0,bz)t Project Number The undersigned is a(check one): Sole proprietorship L,---,Corporation Limited Liability Pattnershig Joint V=tcire Check the following which may apply. M1 3E WBE SBE LBE Subcontracwr Subcontractor �°Su6contmctor — Subcontractor _ Supplier ..,_ Supplier :.Supplier _ Supplier Supplier Maneafactmer manufacturerManufacturer - Manufacturer Trucker _ Trucker Trucker Tanker Other_ tither Cather Other Describe ' Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following:described work in connection with the above project(specify in det2.i theparticular work its or thereo o be perfomreO: t &o T o Bid to Prune Contractor:-S ► �-' - � " ��( • Signature: Posi itrn Title Date *e %11r Fame o€"Person Co pled this Form` w Company gwrze Diane Number`' Fax Number 4:ti oe2\2so024N2.aaaat0"*e (Rev.2122102) SH-.sc DIVISION E- 1'8 FROM FAX NO. Aug. 05 2002 07:21 AM P7 contxa Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,? rtinez,CA 94553 (925)335-1045 Fax(925)646.1353 LETTER OF INTENT TO PERFORM AS A SUBCC3_INIP ACTOR!'SUM 1 MANUFACTUM/MUCKIM x9elvi haotwqr Name'ofP ' Contractor,)q) Qu�z ` - Name of Pr&*t 7,6 Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the followingwhich may apply. '�M VM SBE LBE' Subcontractor Subcontractor _ Subcontractor Subcontractor Supplier Supplier Supplier __; Supplier _ . Manuftoturerthnufacturer Manufacturer' Trucker Truer 7 Trucker _ Trucker Other Od= _ Other ` 00w Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detaildLe particular work itAQIYAUCTem or parts therg tri perp r �tiun Prime'Contracw:S 2,OL I$Sigrs Position Title Date Name ofPerson-Completing this Form AL Company Name 1'htinr . ubcr Fax o b HA2002\2500240\02LO4001h.doc (Rev.2122/02) sH sc DIVISION E- 18 FROM FAX NO. t Aug. 05 2002 07:22AM Pe Contra Costa County OUTREACH PROW" Afin-native Action Of Floe 651 Pine Street,Maninez.CA 94553 (M)335-1045 l:ax(925)646-1353 _. LETTER. OF INTENT TO PERFORM AS A St MCONTBA.CFOR!SUPPLIER i MANUFACnMZR MUC KER ' Name of 'e Contractor �- Na of Prl je t Project Number The undersigd is a(check one): Sale proprietorship 'Corporation Limited Liability Partnership Joint Venture Check the following which may apply: MBE ` MESBE LSE Subcontractor Subcontractor V/'Subcontractor Subcontractor _ Supplier _ Supplier __ Supplier _ Supplier Manufacturer Manufacturer _ Manufactwer .Mmuf cturer _ 'TruckerTrucker' � TruckerTrucker Other.._, _ Other Other �.. Other''. Describe Describe Describe ' Describe ._None of the Above Apply The undersigned is prepared'to perform the following described work in connection with the above project(specify in dit the particular work items or parts thereof to be performed): w1w Moog Total Amount id to in Contractor:$ Joe tura Posi on Title Date Name of Perso;Forapleting this Form .! it Lip Company game Ph .see er Fax Nur 14.Q002\25002401.02LD4001ox.doc (Rev,2/22/02) sH:sc DIVISION E - 18 FROM FAX NO. Aug. °05 2002 07:22AM ;P9 Contra Costa County OUTREACH PROGR" Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1445 Fax(925)646«1353 LETTER F INTENT TO PERFORM AS A h�a( SIMCONtTAC OR t SUPPLMR l NlAN"C3F,AC'1"tlM MUCKi3R ,T Na of Prime Contractor Car A- Name of Project ?m-o�A Project Number The undersigned is alpheck one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. ME "E SRE LRE _ Subcontractor Subcontractor __ Subcontractor 'Subcontractor Supplier Supplier __ Supplier Supplier Manufacturer manufacturw.r _ _ Manufactu er � Manufacturer �. Trucker Trucker , Trucker Trucker Other Other Other Other }describe Describe Describe ,Describe —None of the.Above Apply The undersigned is prepared to perfom the following described work in connection with the above'project;(specify in detail the particular work itemsa p xMIL. 10be meed)- fl brnikfip i � / hv f p fi P 3?W. nett Bid to Prime Contractor.S z, Y ature Position Title` Bate /_tofdd ,&= Name of Persson Cotnpleting this Farm f f Ct9 v"' Company Marne PhoneN ber I F L tr4 �y -' Fax Number CO NA20=500240\02LO40014x.doo (Rev.2122142) SH,= DTVI ION E- 18 FROM FAX NO. Aug. 05 2002 07:22AM 'Pie Contra,Costa County OUTREACH PRO Affirmative Action Offloa 651 Fine Street,Martinez,CA 94553 (925)'335-1045 fax(925)646-1353 LATTER OF INTENT TO PERFORM ASA , SUSCC}trM&CTORt SUPPLIER.t MA2 WACMUR/MCi{ER rinnew, 6���rx ---- Name of Prime tontraotor' L) I �S,Lra± Name of Project Project Number The undersigned is a(check one): Sole proprietorship V Corporation Limited Liability Partnership , Joint Venture Check the following which may apply. N-M WRE ,r SSE LU _ Subcontractor . Subcontractor zSubccrrt€ etor _ Subcontractor Supplier _... Supplier _ _ Supplier ..o Supplier Manufacturer IvMartufec+turerManufacturer Manufactm 'Trucker Trucker .� Trucker'' � Trucker Other_ Other,, _._. Other_ ._ athero Dt=ibe Descnlx Descn`br' Descn'be None of the Above Apply The undersigned is prepared to perform the Wowing described work in connection with the above project(specify in `ithe arti "woi` or thereo4,ob ): Total ount to Prime Contractor:$ l� Ll e 'ostticm Tile' Date Name of on feting this Form ftO 412� company Name " ' e Number Fix Niini�� RA20000024=21.04001Ox doe (Rev.2122102) Sq:$c,. DIVISION E- 18 FINNIEx-L' may., FLOORING, INC* BENDER Ramesh Kandak a JORDAN Contra Costa County Architectural L.D.A. 1220 Morrello Ave. 4K Martinez, Ca. 94553 D C C C M C RE: 50 Douglas Recarpet J U L ZOQ2 FlLE -jr Dear Ramesh: WjKSEkii ;� L:iAgi N ARCHiTECTUML IDIVISKM 7-22-02° I am writing you this letter to review the above referenced project which recently bid. As you know, Finney's Flooring was the low bid on the base bid. However, if the alternates are selected Spectra Contract Flooring could be considered the "low bid" assuming their bid is responsive. I have also included some additional documentation of our goad faith toward'meeting the Outreach"Program goals. The County requires an extensive amount of work to conform with the Outreach Program requirements. Moreover,,a bid may be rejected, or found non responsive if a documented attempt of fulfilling these goals is not included as part of the bid process. This is one:part of what I want to be sure is brought to your attention Finney's Flooring has completed the following items found in division E of the contract documents: 1. Level of anticipated MSEIWBE participation - We are employing as a subcontractor a LOE, LO flooring. 0 points 2. Finney* Flooring attended the pre-bid meeting - Spectra Contract Flooring did not. 13 points 3. Finney's Flooring has identified our subcontractors. 9 points 4. Finney's Flooring advertised for ik OE, LBE, WBE sub bilis. Although we did not do so 10 clays prior to bid, we have documentation of this attempt. {9 points?} S. Finney's flooring sera out written notices of requests for MOE, LSE and Wag sub bids 'prior to the bid date. 10 points 6 Finneys Flooring contacted each of them. 10 points 7. Finney's Flooring is "per puns and specifications." Spectra Contract Flooring's bid Is not, they are attempting to submit an alternate product that will not meet the specifications. 5 points' 8. Flnneys Flooring did not contact the recruitment organizations, we did not have the time to do so 0 points 9 Finney's Flooring has negotiated In good faith with a LBE company, LB Flooring In Discovery Say. Additionally, we Intend to utilize their services If awarded this contract. I doubt If Spectra Contract Flooring is contributing to the local business community'In such a way. 26 points 10. Finneys Flooring has submitted with our 'bid a= bid bond'at the cost'' of over $2,000.00. 10 points By my calculations, Finney's Flooring, my company, has followed the guidelines set forth by the County for the Outreach Program and amassed a total of 83 points. I want' to remind the County Representatives that this effort takes time and costs money. While putting;forth this effort is certainly no guarantee of an award, my cost to prepare this bid as a small businessman far exceeds the minimal difference between our two bids, if the alternates are accounted for. This brings me to my final point. I want to be certain that those individuals who review such proposals as these are aware that Spectra Contract Flooring is not "just another local carpet dealer:,, Spectra Contract Flooring is a wholly owned subsidiary of Shaw Industries. Shaw Industries is the worlds Largest carpet manufacturer. They are headquartered in Dalton, Georgia and report sales and revenue of over 1.5 BILLION DOLLARS per yearlll They are the perfect definition of the"large business entity" and should be considered unfair competiton to small businesses. They are the antithesis of what the Outreach Program is designed to promote. Recently, Shaw Industries was purchased by Warren Buffett's company. Mr. Buffet is one of the richest men in the United States. By contrast, Finney's Flooring:is a small corporation. "`Owned by myself and my wife we have 3 additional full time employee's . Our annual revenues, let alone our profit after taxes, wouldni°t pay the cast of fueling the private jet that the Shaw Industries executives travel in. l5ven so, my wife and 1, along with our employee's truly:> appreciate the business we have enjoyed,over the years with the County. We look forward to continuing our relationship and earning your business. I hope that as you review Spectra's "good faith" effort, assuming they;.submit one prior to the deadline of 5:00 p.m. Tuesday, you consider all of this. Not only is our bid per pians and specifications, we have made every effort to achieve the Outreach Program goals. Moreover, we will be employing a local businessman, returning dollars to the local community and advancing the cause for smell, local business enterprises.' I understand that our bids now go to review to establish who is the "low" responsive' bidder. With that in mind, I ask that you include my letter and all of our documentation. I feel very strongly that the reviewing party must be aware of who Spectra Contract Flooring is and where the County's money will go if they are awarded this contract Please contact me at (209)832-8393 if you have any questions. incere , Randa . Fi ney io:of i uennootltt"mnars rloonj* NINM CIUllUK„DIU 11CWI M ,a_W »..,W. --• i CALIFORNIA BID REGISMR DAILY Issue QI355w July 17, 1002 PubtuliedbyEldndgeDidReporter page 2 Ii,�Y111��1 II��II�1�11 IIYI,IIIII�i1�Y111�II1Y1,111W1YW1Ylll1, 11HOE Requesting sub-bids from qualified AEOE Requesting suer-bids from qualified DVBE subcontrsctorstsuppliers for: LV81'suacurlrac€>rs/s'i.rs for: t rr nirector of tiencrtal Services Ar€hittanral t?iN**m I TST Removal and Replacement Dept.of Water Resuurces ofll=1220 Morello Ave,Suite 100 Boating Fatalities:Ranovation/Improu. Martinez, 911553.9711.Bid#250-0240 'ttveaz etville Bids Due:7-25-02 @ 2pm Cas taic Lake:(East Ramp Area) Rtcaapetirg the First Floor,5D Douglas Dr.Martuaer Contract#051260 Spec#02-09for the Department of Child Support services,Bids Subcontrootors&Suppliers Bids Due: -24-02 2pin rOuc:tDfivD Miser, pP �' it sPar.rtbilc bluer TJa+e Bare will be exre,rdedl We are..rtr`eking hale to the,following trades R..S.S.E INC. Asphalt Concrete,Demolition,Clearing& Freight'transportation,(3esning before I*=8t Crubbing,Dmatering,Earthwork,Sails After Instrd Boit,Furniture A3ooviag,O.L.P. 823 Twin View Blvd. Testing,:itnetel 5lapfa Protection,C:IBN, Lifting,Certifted Installation of Colliers&Aikmaa Redding,CA 9600 5lepttc Trtrtis,Concrett>Structures,CSP, C*� &suppbft the,Carpet. Geatechnical Fabrk,AG Rase,Traffic We tsar also assist, s equire raxcsancy bunts,Bites s. 530-241-1:75 Markings,Irrigation stos Cates ocifivof a;tr.rerleav ilable rt no 8 $ y i�lsats tic Spt€ificataoris art available at no charge;at FAX'530-241-1620 Guard Posts,Park Grill,C:tuterete Bleach, Architectural Division at: Architectural Division Roadway Signs,Landscaping,PCC Wank, Office:1214 Moreilo Avt,Suitt'100 add O 1449(c11355ry) Reinforcing Steel A4tutinet»CA 94553-4211. They ma}also be viewed in ME uf&4 GRANITE CONSTRUCTION FIN EY'S FLOORING INC". P 0 Box 902500,Palmdale,CA 93590 77 40 Hiillvicw Court,Tracy,CA 35344 Contact BillDollixrlrat .09.832.8393 FAX 209.832.8333 Contact:'Gary Wothers 661-726-444'/; FAX:661-726-4460 ad#52627 tdi355w1 ad#6674(dl354tlt) AFC}F:Requesting titan-bids rToTr qualified Tire Mackey Croup is seekuag qualified AE©11,Requesting sub-bids from qualified / Disabled Veteran Business Enterprise(DVEE) Mt`L�'/{7L`R1*,subcontrac€orsl5u lints for: N.1tW!DVBE subcontractors/suppliers for: Pp subcvntiactur to provide skilled technical Vallejo City Unified School.District 8 assistance In the developmentDepartment of a Madel Los Angeles of Water&Power Jesse Betlial Hill school Snack Facility Skill Standards System for Servicesof Unarmed&Aimed Security CDC,Prison Industry Authority Bid Due bate:7-30-02 Bids Due:7.24-02�?,A 2prn Refer fit)RFP#98.M-02001 Response required no later than 7-23-02 tins f t►rmtKlFyuiflmen,t nice rnp[slier, Concrete,Steel,Casework,Insulation, Roofing,Doors,Mass,Acoustical' Contractors must be proficient in technical Cnmmulucations Equip.,Automobiles, CAItUg,Painting,FrVAC,Electrical writing,Excel,N4%Access 20M3 Nta Resenrch Health Smices,background Screening and Performing Gap Analyses. Also must 5vC& Dir eLr } CONSTRUCTION work vAthfn rigid 1.1melines,wc4k with details i and with TMC from your location,online and WTER-CON 852 Northport Blvd,Ste.105 by telephone. C.ontmet Award:Minimum West Sacramento,CA 95691 $1,600,00 SECURITY SYSTEMS, INC. 210 South De Lacey Avenue Contact: Dopes Ruiz THE MACKEY GROUP Pasadena,CA 91105 916-372-6266 P.O.Box 1214 FAX 916-372-7751 issaquak3,WA M7 Contact:Re-Abase(lingers 425.391-8776 FAX:425-391-0206 626=535-2211 FAX:626-685-9111 ad#52094(dI355m) or Email Qualifications or Inquiries to sltnaciceyQ=ackeygroup.ccm adrt 51422(dl 354w) ad#53008(41315w) 07/17/2012 14:51 4158514234 halt w+auk dl I n o Ing alai, n & m2v*r ser e Sart Fr cisco 'CA 94110 Fax(06)861.4234 Attn. Bill Demoulla Ftmq*s Flooring,'Inc. 7100 k1511view Court Tracy,CA 95304 Re:Project#250-0240 Recarpeting fust floor of Dept of Chid Support Service' Dear W.DaMout n, July 17,2002 We are a sale proprietorship certified by the City mid County of San Francisco as'a Minoflg?/Lvcal Business Enterprise(#31-084-00490) Our movers and bu tallers work on virtu*all the major oil Rumiture,systems on a regular' basis. We install Steels and Herman Miller dor Union Ban of California and Webs Fargo Bank,we install.Haworth Hon,Knoll,Westinghouse,Harper,BPI and Teknion for other of our regWw Hay Area clients and we p albm fi rniture moving,transportation and delivery throughout the State of Califorrsia All labor is billed on an hourly basis. All professional nwv*equipment use is included in the hourly rate. You can purchase moving bones from uw at S 1.50 per box. t abe)s are free. There are no hidden charges, For regular hours,Mondaythrough Friday,between Barn and.4:30pm,we chargeF S35/wotkerllour.:For. overtime,before gam,ager 4:30M or on a Saturday or Holiday,w charge$52.501woarkerthour. Sunday work as$70/workerihour. We also trill$20/truuck#,lvur..AD cliaar ens beam, and end at the portal of the CAMS waohouse We'd be her to meet with you to discuss working together and can provide refl rimes if desired.Ifyou need a quotation for this specific project,please let w know a date and tirzre we can vft the jab site.Feel*ee to give us a call if you have any questions regardb our set'vices.` Hope to hear ftom you soon. ` my truly yours, w � hc►vell t�+e Maxzer Galindo Installation ds Moving Services NNEY'S FLOORING, INC. 7700 Hillview Court Tracy, CA 953041 2 S I �"`' B 87 384 5 6 98 f3 * 00.370 JUL 36 02 6 5 4 MAI -RCM TRACY rA 9 5 3'7 f J& S Environmental Services 155 Bridgeview Street San Francisco,CA. 94124 Attn: Mr. Gerald.Jenkins' 4NEY'SFLOORING , IN+C 7700 Hillview Court Tracy, CA, 95304, 6 . PS8738456 9870 a 00. 370 JUL 16 02 9 6 5'3 MAILED FROM TRACY CA 95376 Linoleum Larrys'Inc. 2598 Lombard Street San Francisco,CA. 94123 Atte: Ms.'Gail Corridan NEY'S FLOORING ,INC. 7700 Hiiiview Court Tracy, CA 95304 ° 105 � PB8-0,011106138& 56 9810100.370 J U:L 6 0.2 9 6 5 2 MAILED FROM TRACYCA, 95376 Joe Wang Carpet and Flooring 1637 Ocean Avenue San Francisco, CA. 94112 Attn: Mr. Toe Wang INEY'S FLOORING ,INC. 7700 Hillview Court =II WIN Tracy, Tracy, CA' 95304 1 9 5 ' P 8 8 3 8 4 5 6 9820900.370- juL 15 OZ 9 6 5 1 MAILED FROM TRAr+ C.r 95376 DBK.Floors Inc DBA Sun East Floors 2200 Jerrold Avenue, Unit I San Francisca, CA. 94124 Attn: Mr. Don W. Kung 4NEY'S FLOORING , INC. r��t 7700 Hillview Court ,Y Tracy, CA 95304164 ` 8356 98;30500.370 JUL16 02 9 6 5 0 MAILED ;rRO f TRACY Cry 95376 AM Cain Trucking 269 Montana Street San Francisco, CA. 94112 Attn: Mr. Alfred Cain INEY'S FLOORING ,INC. 7700 Hlilview Court Tracy, CA 95304 * * . 194 Peg738456 989o* 00, 370 JUL 16 02 9 6 i4 9 MAILED FROM TRACY.CA 95376 17omingue Delivery Service& Dominge Trucking 1261 Sunnydale Avenue San Francisco,CA. 94134 c5.t+r,• Wits n,.t --4. r r1� s�a___ 7:• WEY'S FLOORING ,INC. 7700 Hiltview art -ar Trey, CA9504 139 ;��'" � P887384 i6 98701 0Dn JUL. 16 02 9 6 4<8MAI LED FROM TRA-':' yA 95376 Saagan Moving & Storage Co., Inc 5501 Third Street Sari Francisco,CA. 94124 Attn: Ms.'Jenny Kim` INEY'S FLOORING ,INC. �Ggs�,ti�P 7700 Hiilview Court Tracy, CA 953041 9 MAN P88738456 984115 00,37111u ! 16 02 9 6 5 5 MAILED FROM CA 9 5 3 7 6 JMS 512: Head'Street San Francisco,CA. 94132 Atte: Mr. Carey D Ctakk INEY'S FLOORING ,INC. 7700 HilMew Court ,k Tracy, CA 9530 4 1 0 1 «' `""r°." P B 8 738 9840m00.370 JUL 16 02 9 6.5 6MAI LED FROM TRACY,CA. 95376 Galindo Installation&Moving Services 2901 Mariposa Street,Unit 3 Sari.Francisco,`CA. 94110 Attn• AAr' AXIn1t'roAn lTtalinrin Jul. 17 2002 12: 'M QIHM FACSIMILE $TART T R 01 415 841 9 Jul. 17 11+42AM 00°41 TX 01 Ok 02 14159218547 Jul. 17 11.-'43AM 00151 TX 01 Olt 03 415 822 1293 Ju 1. 17 11 45AM 00'49 TX 01 OK' 04 14153371767 Jul. 17 11:47AM 00141 TX 00 NO RESPONSE 05 ICOM l t LE TRt 1CK i'N Jul. 17 11»48AM 00142 TX 01 OK 06 41SM14234 Jul. 17 11- 50AM 00'43 TX 01 OK 07 510 780 9 591 Jul. 17 11.51 AM, 00141 TX 01 OK 06 14158410776 Jul. 17 11:53AM 00145 TX 01 OK . 09 14153371767 Jul. 17 11.55AM 00110 TX00 PRESSED THE STOP KED Jul. 17 2002 21.41AM . T F 1 A T T M T *CODE 01Jim. Jul. 16 01:57PM 00'10 TX 00 PRESSED THE STOP KEY: 02 JIM: Jul. 16 01:S7PM 00'41 TX 00 NO RESPONSE 03 925 313 7299 Jul. :,16 02 01PM 17121 RX 24 OK 04 925 31.3 7299 Jul. 16 02.19PM' 02'00 RX 03 PRESSED THE STOP KEY 05 SuretyCoPa c.com Jul. '1.6 02:26PM' 01'59 RX 02 Cl< 06 925 313 7299 Jul. 16 0234PM 13144 RX' 21 OK 07 F1NNE'Y`S FLOOR1N Jul. 16 02:50PMr 00'57 RX 01 OK 08 8186099250 Jul. 16 0305PM 00'44 TX 01 OK 09 510 313 7088 Jul. 16 03:06PM` O1'1B TX 02 OK 10 9164447731' Jul. 16 03:38PM 01'02 TX 01 OK 11 << G3 >> " Jul. '16 O3 S3PM' 00'45 RX 00 NO RESPONSE 12 9164447731 Jul. 16 04.15PM 01'28 RX 01 OK 13 7075664035 Jul. 16 04.18PM 01'19 RX 02 OK 14 19104447731 Jul. =16 04':23PM 00'41 TX 00 NO RESPONSE 15 9164447731 Jul. :16 04:34PM` 00'53 TX 01 OK 16 ' Sure t yCoPa c. com Jul. 16 0440PM 02100 RX` 02 OK 17 F I NNE'Y`S FLOORIN Jul. 16 04 52PM 01105 TX 02 OK 18 510 313 7088 Jul. 16 04:58PM 00'45 RX 01 OK' 19 theb l ueboek. com Jul. "16 05 c 43PM 01'23 RX' 00 COMMUN 1 CATl ON ERROR. C49> 20 L8 FLOORING Jul. 16 09 42PM 01'O0 RX 01 OK 21 916 419 1842 Jul. '17 09=03AM Ol'02 RX 01 PAPER JAMMED 22 F i NNEY'S FLOORIN Jul. 27 09 18AM 04'31 TX 07 OK 23 18186699250 Jul. 17 0923AM 00'41 TX 01 OK 24 925 606 3326 Jul.. 17 09s30AM 02'58 RX 03 OK 25 925 606 3326 Jul 17 09' 33AMM 01'09 RX 01 OK 26 925 606 3326 Jul. 17 09;c3. 5AM 09105 RX 10 OK 27 19164447731 Jul. 17 10 t 12AM 00105 ' TX 00 NO DOCUMENT 28 9164447731 Jul. 17 10.16AM 01'O5 TX 01 OK 29 9164447731 Jul. 17 10:24PM; 01'03 TX 01 OK 30 925 606 3326 Jul.. 17 10:29AM , 01'46 RX 01 OK 31 925 606 3326 Jul. 17 10' 35AM' 03'03 RX 03 OK, 32 925 606 3326 Jul. 17 10':39AM 18'52 RX 1O O4. 33 408 226 3393 Jul. '17 1059AM 00'45 TX 01 OK 34 << 3 >>" Jul. 17 11:03W 02103 RX 02 OK 35 4``SUNEASTE . ` Jul, 17 11 40AM 00'40 TX" 01 OK *CODE = FOR SERVICE CENTER 'USE ONLY RANDAL FINNEY 7700 HILLVIEW TRACY.CA E": FINN-PV'S FLOORING,, INC. The following:are five jobs FinneVs Flooring, Inc.has completed using the{OLP}Furniture Lift method: 1. CalPers Building, Collier's International, Sacramento, CA Contact: Vince Dutcher- 916-326-36010 2. Gap Stores, Fisher Development, Rocklin and Ban Bruno, CA Contact: Don Waters-415-468-1717 3 County Building, Contra Costa County, 40 Douglas Drive, Martinez, CA Contact: Ernielverriera - 925-313-7029 4` Coroner's Office, Contra Costa County,:30 Glacier Drive, 'Martinez, CA Contact: Ernie Ferriera - 925-313-7029 5: Tracy Defense Depot, Bldg. 16, JA Jones, Tracy, CA Contact: Gave Gilbert -5107"-3020 t HANDAL DEINNEY 7700 HILLAW QL TRACY,QA IM (M OR-= FAX; QM%V&M LIC,ORM S "" 00113T iN IN The following serves as documentation that Finney's Flooring, Inc. has at least fifteen years experience in the installation of''Collins & Aikman carpeting. Randal Finney and Jim Pryor have both been Collins &Aikman Certified Installers for the past 15 years. . F w 7PTFOITIT-P YLS NN � , Ix IN � - INS;. 30N IQ RJ Attention:06 K Floors Inc.DBA Sun East Floors 2200 Jerrold Avenue,Unit T` San Francisco,CA.94124 Project: Number 250-0240 KECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR THE DEPARTMENT OF CHILD SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Biel Mate: July 18,2002 10:00 a.m. Contact: Bill De11+Moulzrz The following are the trades for which we are receiving bids. > Supplying Collins&Aikman carpet ➢ Transportation ➢ Storage 5>` Cleaning ➢ Furniture moving' A O.L.P. lifting ➢ Installation of carpet(Collins&Airman Certified) We are an Equal Opportimity Employer and intend to seriously negotiate with qualified DVBE,MBE, SBE,LBE,WBE&OBE subcontractors and suppliers for project participation. Sub-contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to fn n sh sub-contract'performance and payment bonds,for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney"s Flooring,Inc.;, Please indicate if you will be bidding on this project and fax your response to (209)832$333. If you have any questions please do not hesitate to contact us. 0 YES WE ARE BIDDING C1 YES WE ARE IN'T'ERESTED GI NOT INTERESTED E ARE A MBE/WBE CI WE ARE DVBE O E ARE A DBE Cl WE ARE A LBE © CA CERT SMALL BUS C� OTHER: -4 r.. F16"N-Pa Y S 0 INC. JQBJ Attention :Joe Wang Carpet and Flooring 1637 Ocean Avenue San Francisco,CA.94112 Project: Number 250-0244 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR TIE DEPARTMENT OF CHILD SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. BidDate. July 18 2002 10:00 a.m. Contact: Bill DeMouli The following are the trades for which we are receiving bids. ➢ Supplying Collins&Aikman carpet ➢ Transportation ➢ Storage ➢ Cleaning Furniture moving ➢ O.L.P. liflin ➢ Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity.Employer and intend to seriously negotiate with qualified DVBE,MBE, SBE,LRE,WBE&OBE subcontractors and suppliers for project participation: Sub-contractors will be required to enter into our standard contract. No modifications'to the contract are permitted. All subcontractors{vendors awarded work on this project must be'prepared to fuvnislr sub-contract performance and payment bonds,for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. . Please indicate ifyou will be bidding on this project and fax your response to (209)832.8333. If you have any questions please do not hesitate to contact us Cl YES WE ARE BIDDING f� YES WE ARE INTERESTED NOT INTERESTED'> {� WE ARE A MBE 1 WBE tl WE ARE DVBE WE ARE A DBE CI- WE ARE A LBE CA CERT SMALL BUS 0- OTHER - ffi FINNX.:. .LS FLOORING, INC Mr. Lloyd Benson LB Flooring � LD . 5355 Willow Lake Ct. � Discovery Say, Ca. W15 1 U L 2 32002 Clear Mr. Benoit %rRc7-11-02 Finney`s Flooring,is currently preparing a proposal to recarpet the Child Support Serr ces Building in Martinez, Call#ornia. We are currently seeking any interested parties that are qualified to install Collins & Aikman carpet ties under office partitions. we are ideally interested in your company as you are located in Contra Costa County, you qualify as an LBB and you have the experience and ability to "lir the partitions in place as the contract will require. I have noticed that your company is a plan holder. Given the insurance, band and financial liability required, LB Flooring may find the contract too demanding financially. Finneys Flooring is offering to assume all contractural obligations per the attached tetter. If you are interested in working with us on this pr ► please respond in writing wlth the+ omplet d documert enclosed herein. I will contact you to arrange a meeting to discuss a fair proposal. Thank you for your consideration. Rand inns LB Flooring 5355 Willow Lube Ct. California License #782069 Discovery Bay, Ca. 94515 FaxlPhane 925-2417-585I 07--13-02 Randy Finney Finneys Flooring 7700 Hill0ew Ct. Tracy, Ca. 95376 Dear Randy. l have received your letter and l am interested in talking to you about the project in Martinez for Contra Costa County. You are right, t am'a small business`` located in the County' I have filled out the form you sent me and included it with this letter. 1 have time next week to meet' Please call me at (925)240-5859 asap. Thanks, Fl-N'& -'-N-Pvt FL CT-TRACY&A 95304 -- .4202)832-9393- E&X- 42M 832+8333 LIC,#592606 0 "DT 1NC. ; INVITATION TO BID Attention :LB Flooring 5355 Willow Lake Ct. Discovery Bay,CA. 94515 Project: Number 250-0244 RBCARPETING THE FIRST FLOOR, 50 DOUGLAS DRIVE,MARTINEZ FOR THE DEPARTMENT OF'C14LD SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Bid Date: July 18,2002 10:00 a.m. Contact : Bill DeMoulu The following are the trades for which we are receiving bids: ➢ Furniture moving ➢ O.L.P. lifting Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE,MBE, SBE,LBE,WBE&OBE subcontractors and suppliers for project participation. Sub-contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors t vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds,for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. Please indicate if you will be bidding on this project and fax your response to (209)'532-8333. If you have any questions please do not hesitate to contact us YES WE ARE BIDDING , YES WE ARE INTERESTED Cl NOT INTERESTED Ll WE ARE A MBE/WBE D WE ARE DVBE Ll WE ARE A DBS Ti(WE ARE A LBE © CA CERT SMALL BUS Q {ETHER C -",q c tr-1-;-11 V/ j11e s� : 4 •Y jab r i ty e 4. 1 F I►5, �P le!g� "� 1 � i 5 l @g r tl�� 4, rr * - MW NIA ..twd.d� i It � 7 • it UP -car-Ls AfAdavlt of,hx SaVattstion c4o ' !l and tWt Stift 6't dmxwk lw bid aaU"Ou wm bow b w taw t3u►' 3be Idodbdwoo .. :.Im,lcKw&o#4 p4onsysmadaddWaf �t�t �lrm �► y tn�Mddtuve tanrc�#brae:T�b�+a; rp�e�+�t` LOG #'had thr �t�arq�atsd ate.ffiteWtatt Vit. �,titbta## x I FitAgmay ProNet atbttp:*/,*" o»nut bs, . / ♦/ yi�/ii I go$Agemyosamst r�Bjj RUM" U C VAUtad, ads,aaa1 t 16t Banta". Ca�ntav�d,�a�ls,�U�a lbrd+attDt�r Cdr Ct1y N�Sd !tka• lla;lm:.." .,Y BENDE JORDAN LD.R. J U L 2 3 2002 � PARTMENT C�' �MIN TIM COPIES 'OF REQUESTS FOR BIDS SENT OUT FOR PROJECT #260-0240 Please see attached requests sent out, the list we were given of prospective subs and a recap of who responded. ResRo ses: 1. Galindo ;Installation and Moving services responded, but did not bid See attached letter. 2. Linoleum Larry's said they could not meet the requirement of certified Installer per the contract documents. These were the only two erre got. The Floorcovering list Included only competitors. -rim 021-1242 E INC*'ORING FINN S 1 74:_ Attention:Odin In"lation&MOV%g SOrviM 2"1 Maripen Sbvet,Unit 3 San Francisco,CA..94110 Protle t: Nuneber 25€0-0240 R'LCARPETI O'I'HE FIIIW FI)OR,50 DOUGLAS DRIVE MARTENEZ FOR THE DEPARTMENT OF CHILD SUPP T SERVICES. LocWoo: 50 Douglas Drivv,,Martinez CA. Bid Date: Ady 18,2M 10-00 a.m. Contact: Bill DeMttulin The tillowing are the ftades fir whkhwe ares vase ving bids. &"biog Collins&Aikman carpet ➢ Transportation rtation > Storage ➢ cleaning > Furnituremoving > O.L.P.lifting 3> Datta b6m of=pet(Collins&A nun Certified) We are an dual oW rtunity Employer and intend to seriously negdnate vd&qualified"DV$E,''MHE, SBE,LBE,WW&COE subcooftctors and suppliers for'PVXI purtic4mlim. Sub-c outradors will be required to enter into our standard contract. No modifications to the contrail are permitted. All wbocntraci r f vendors marded work oa this pmject must beprepwred'to finish m*.00ntraet pa*manoe and mined bonds,for the amount of the subco ntrad bid,timed by an added eta Y accept to Finw/s Roaring,Inc. Plow ifym ill be bidding on that prof and ft y=response to (209)$32.8333. if you have any questions plem do not hesitate to contact us. C) YES WE ARE KX)MG UL YES WE ARE TMWSM; 13 NOT INIBMTED 13 WE ARE A MOE f WBE U WEAREDWE a AVE ARE A DBE U WE ARS A LBE 0 CA CERT SMALL BUS U OTHER too 41� t 1t1 0 3 ► 88 ♦ {fit 94110 �► Fac(4 81 1-A*SA; Atm:BinDowtiun; Vit '4 }�ASir tt�1�'iI�'Court TmW,CA 2$30► Re:Projwt#2WO240 t*w-*fDcpt.,of4CbU Smart Serving DOW W.D"Ub4 July 27,2002 We an a sob kpnvP r mti&d by the My ate Louaxy of Sin F'r=ciwo as a MirarandtylL.oW Busicas E priw(#31-0844-90). Ow mov w ad beta vmtk on:vkt=Vy jt the raajor ofaeftakm 4iftm on a regular' bad.Wo mW S:taakm aad Haven hart On Utim Bir ofCaftmim ad Web Fkw Bimk we kj*j Fbtwos*Ek^Xw%Wesdaphouse,H%W,BPS tad Tekdon for otber of our rear�► a�sod r� euro moving„��and cklix�r'; l�gt The Stow adf iia. All brr is billed on an hourly bw1L All prro*sslonel=ovinq,alakmot use is bchuW in ft drat.You antUy bm marvag bum fivin tis at SI.50 par box.taws we wee.Thm ara no Men ebwSeL For topft bouM Mosky through Friday,betwem 84sm and 4:30pin,we chiwp S351worr rlbttur.For avett e,befine Seav,+fir 4:301psn4 or on a 9autw*W or How,we Owlp 52. 1'wo*wb r &ni v is$70/workerftur.We abo bM$Mmcklhour.All: dl wpm be&vad aid at the v*tW offt OIW wodame, W'e'd be bo to nmw with you ti dhIcum vwta toter and an www rdmmft if Ify-ort need aux qwbd=Jbr tit *�pksw kt us kww a ddamd ti 'we am vi*lbo job sacs.i to us a coli if you bm mW tiers reprft ovr Hop to but#*a you soon VIaKY ymurs„ W1 kl ��, Oft*M'ant Oaf I ubvition Movbv Swvim FINNEE"IS F J N + INC 2xmx TO a j Attention :AM Cain Trucking 259 Montana Street San Francisco,CA.94112 Project': Nwrnber 25014)240 RE(;AR.PETING TY EFIRST FLOOR,59 DOUGLAS DRIVE,MARTWEZ FOR THE DEPARTMENT OF CI3ILL)SUPPORT SERVICES. Location: 3Q Douglas Drive,Martinez ez CA. Bid Bate: -July 19,2102 10:00 am. Com: Bill DeMoulin The following are the trades for which vm are roaeivi ng bids. ➢ Supplying Collins&Aikman carpet ➢ Transpertatn ➢ Vie' ➢ Cleaning l:' Furniture moving > O.L.P.lifting;, > Into Wtion of carpet(Collins&.Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiatewith qualified DVBE,MBE, BBE.LSE,WBE A ODE auboanuadrs and suppWrs for project panic halon. Sd"optrMbrs will be required to enter into ow standard co ntrtnd. No modifications to the contract are permitted. Alll'sub ntracxorsI venden aws ded work on this project mint be"wed to tetrad prrfcnrcasrnce and payment bands,for the amount of the subcoatraaat bid,issued by an admitted+aarperate snttoty acceptable to Fnrmey's Flooring,Inc. Plow indime if you will be bidding an this project and fax your response to (209)832-8333. If You have any questions plem do not hesitate to contact us. YES WE ARE BIDING C� YES WE ARE LNTSRESTED Cl NOT 114TERES'TEU C«I WE ARE A MBE 1 WBE C� WE ARE DVBE WE ARE A DBE C.! WE ARE A L,BE CA CERT SMALL BUS GI OTHER, 4 j32-11393 M, 42QZj132-8333 UQ#,52M O-DT G.FINNEE"j. S FLO X%.LN INC r'lttvndiom.06 K Floors Ino.DBA Suri ZE wt Floors 2200 Jerrold Avg Unit T San Francisco,CA.9412 Project: Nmber 250-0240 RECA RFET11+G THE FUM FiX)OR,50 DOUGLAS DRIVE,MAR1NEZ fM TWDEPARTN W OF CMD"PMT MKVMS, Locuim.. so Dauv as Drive,Martina C.A. Bid lute: My 18,2002 '10.00 a.m. Conwt: Bill DeMoulin Mw"o wing are the bad=far which we aro receiving bids. ➢ Supplying Collins&Aikman carpet > Tmsportsfw > stmage A Cleaning > Punntoress moving > O.L.P.rifting > Installation of carpet(Collins'&Aim Certified) Wesare an F4uAt int ty Ennployer and iatwd to seriously nWbft Tn1h*xalilie d I)V"Bl NWF-, SW LBE,WBE&ODE subcontractors and suppliers for projeaparticipatim Sub,c*ntradors-will be<z red to ester int,our standard oontract No modifications to the contract are peed. All sub coat s 1 vwWrs awar d want on this pyre je d must be prepared to larnft rubwoonuvaperftmence and pwflmt bonda,for the amount ofthe subcontract bid,issued by an admd ted corporate mnv y moble►to Fhm s Flooring.tnc: Please indicate ifyou will be bidding on this project and i m your response to (209)$32.8333. Ifyva have any questions plem do not hesitate'to+ ted us. YES WE ARE BIDDING C 'SES WE ARE Il ITRESTED CA NOT 71°ERERTED i.3 WE Alm A ISE WBE C! WE AU DVBE E3 WE ARE A DIM E ARE A IBE (3 CA CERT SMALL BUS d OTHER nn I C FLOOIRING., O WYAl T-02 Attention:Joe Wang Cwt and Flooring 1637 Occan Avenue San Francisco,CA.94112 Pro)vct: Numeber25041240 RErC",�AOMING THE POWFLOOK 50 DOUGLAS DIiWVE,MARTINEZ FOIt.THE DEPARTII+UNT OF Cly SUPPORT SERVICES. Lucabo n. 50 Douglas Drip%lUlarUm CA. Bid Mater. July l g 2M 10:00 a.m. iCamtact: Bill De b(onlin The followiang are the tra+ for vAdc h wry arts receiving bids. > ,Supplying Collins&Aflanan carpet > Transportation ➢ 'Storage 3> Claanptg ➢ ""Furniture moving ➢ O.L.P.lifting Installation of carpet(Collins&A ikmm C rtif'i+ed) Weare OR PAPW Oppt om nity Employer egad Intend to senously negotiate with quahf l DVBE, SM ISE,WHE&092 sctbarattraWnand for p*dpwficipdim Sub-contractors,win be required to enter into our standard contract. No modifications''to the contract are peo witted. All sub-cnc►i t vandors awarded wak on this ptodmvA tis prod to furnish, sul"ontract performance and payment bonds,for the amoamt cif the subcontract bid,issued by an admired omp anile=*y wc*bbte to F mWs Floorb&Im Plew iuflify4m will be Wdding am this project mW fox your rhe to (2 09)832 X333. Ifyou have any questions ply do not hesitate to cx tact us. E) YES WE ARE.BIDDING L) YES wE ARE wrERIEsTED 0 NOT OffUESTl3D' E3 WE ARE A ME/WBE A WE ARE DVS 0 WE AREA 15HE L�3 WE ARE A WE CA CERT SMALL BUS QTHRR VIN, N1:, -S FLOQRING� INC* Attention:Saagan Moving&Storage Co.,Inc.' 5501"Third Street Sim Francisco,CA.94124 ftoject: Number RECARPETING THE FIRST FLADOR,30 DOUGLAS;DM tom,MAR'I'INl Z FOR THE DEPARTMENT OF CHIM SUPPORT SERVICES. Location: 50 Dought Drim Martmez CA. Bid bate: July 18,2002 10:00 a.m.. Contact: Bill DeMadin The JWIOW a sra the frame fw wtd&vwe arer dv*g buts. > Supplying Collins&Aikman earp et > Transportation ➢ Stge > Coming ➢ Furnitura movinS > ©I..P.lifting > Installation ofd(Collins&Aikman Ceartifed) We are an Equal t ppmhan ty Employer and intend to seriously nye with+qu Med DVBE,ME, SIM LBE,VW&OBE a6cwhadum and AqV&M for pvjtd participotJoL Sib- nom will be recpdred to enter into our standard owtrea No modifications to the c tract are PaMWA& All sub-cin nfractom l vendom awarded vrnrk an"project mu t be pr ared to furnish *6*000perf"Mce and paymrsnt bbo�nsl'�s,frthe t-amount of-the sit bid,issued by an admitted corporate,=*acceptable to Fbmq s F oa&&Inc, PkM, ifyorr will be Bidding'an 1hi9pwift and fax your r' o 832-8333. IfYou have BUY questions please do not hesitate to cwtac t us. YES WE ARE BUMNG YES WE ARE ilk ERESTEB NOT MMMTE>3 WE ARE A ABBE/'QBE WE ARE D ate` E3 WEAREADBE U WE ARE A LIME` C1 CA CERT wmALL Bim' PIER HAL32N CM,MMM CA 253ft 9A 832.&W FAX, (M 832=1333 LIQ Mm FIN lunaNGII INC TO .Attention :Domingue Delivey Service&Domingue Trucking 1261 SuunydalesAveenue San Francisw,CA.94134 Project: Number 250-0240 RECttll 'ETIN+f3THE FIRST RMR,50 DOUGLAS DRIVE,MARTINEZ FM THE DEPARTULKW OF CHILD"PORT SERMES. Location: 30 Douglas Drive,Martinez z CA. Biel mate: hilt'18,21x2 1 a»00a.m. Cantect: Bill Demouliu The SAWwiug are the traces Vbr why we we receiving bids. A Supplying Collins&Ai bean carpet Y 'nWportation 3> Storage clewing ➢ Furniture moving ➢ O.L.P.lifting A hoWlation of'carpet(Collins&Aflanan+C fled) We and an EqW Opparkway Employer and Wend to Nnauasf y negotiate math qualified DVBE,MBE, SM LIM,WBB&OBE submWactm artd sMAieem for preset pax*apefion. Sub-couttactors will required to enter into our standard°contract. No modification a, to the c wtraet are per taided. 11Ora/v'e aims awarded.Wak on'#his prajeCt must be prepared to ftuish aub.eontrm peerfWames3 and payment bonds,for the amount of the sulsontrad bid,rued by an se lmittW Corpwnratc surety*coeptable to FinaWs Flooring,Inc. . Pleats indicaft ifyou will leo bidding on this project and fox yew reppmee to (209)M-8333. If you have any questions please do not hesitate tv contact us C] 'IBES WE ARE i lwm �i YES Wl ARE W ERESTEi3" Cl NOT Il+nTRES'I) 4 !WE ARL MBl WE ARE A DOE WE ARIA A LSE L3 CA CERTM"M BUS OTHER 114:JU 007D%aNG INC FINN Atteetion:J&S Environmental Sarvic es 153 Bridgeview Stred Sao Francisco,CA.94124 Project: Number 250.0240 RBCARPETING THETIJW FL0i,50 DOUMAS URIVE MARTAVEZ FOR THE DEPARTMENT OF CHUD-SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Bid D ate. July 18,2002 10:00 a.m. Contact: Hill De oul n U tag ire the#des for which voe we receives bids. Supplying Collins&Aikman awpet > Transportation ➢ storage > Ckmin ➢ Furniture moving ➢ O.L.P.lifting, Installation of carpet(Collins&Ailunao Certified) We erre an Equal Opporbmity pl 'and intend to swiousty negotiate with qualified DVBE,MBE, SIS,1AF,'ISE&OHS sues sod sippliers for pv)cd potiei . Sub-contractors will be required to enter into crux standard contaract; No modifications to the contract are pw=kte d. All.sub-contrac rs 1 vendors awarded wok can this preset must be prepared to Amish snub-co ntraact pearf"ance and payment bonds,for the amount ofthe subcontract bid,issued by an admitted corporate surety acceptable to FinnWs Flooring,Inc. . Pleaw indieft if you will be bidding an alio lmmiect and frnc your 'to M9}83M33. If you have any questions please do not hesitate to contact us. G7 'YES WE ARE BIDDING t3 YES WE ARE I 'IEREST NOT WIERESTEIJ L� WE ARE A MB.F/WBE GI WE ARE DVBE G WE ARF.A DBE WE ARE A IBE CA MT SMALI.BUS iv1'1R —Ag INC.FINNEZYCS- FLOORING, z ........... AtWnti on:l M S 512 Need Street San Francisco,CA.94132 Project: Number 2513.0240 RIICARPE"CING THE FIRST F AX)X'5D D(V LASDRIVE,MARTINEZ FOR`i'i W DEPAiTt`MEM OF CH&D SUPPORT.SERVICES. Location: 50 Douglas Drive,Mutmez CA, Bid Deft: Jud 18,2002 10:00 am Contact- Bili DeMoulin The following we the trades for vAii&we am receiving bids. > Supplying Collins&Aikman carpet > ThnspoUtion ➢ ;storage ➢ cleaning ➢� Fwaiture moving o.L,P.iiffing A installation of carpet(Collins&Ailtman CertiBead) We ere-an p4al Opportunity Employ r and intend to seriously negatiate with cif'DVBE,Ni SW LBE,WBE&OBE s**entad us and a WIlers for p vad participation Sub due will be required d to ana r into our mrd conbut No modificatims to the contract are Pete All /voulers awwded work on this p*eco must be prepared to.furnish aubwccxttract petrfDomance and paymat bonds,ft*0 amount ofthe subomtractl bid,issued by an adm d corporate sumty acceptable to Fitu�s flooring,Inc, Pie huR t►.ifyou will be bidding on this pwJed and fax yaw respouaeto (M)83241333. tfyou have my quesdons plow do net hesitate to conw us. YES WE A.RE'BIi3DING 1 YES EARE''INTERESTED NOT INTI ESMD C# WEAREAl E1WBE © WE ARE DVBE G WE.ARE A DBE WE:ARE A LB i~3 A CWT SMALL BUS CI OTHER R#,4.;A F1 NEJ--- --0 � 'O"NG., INC. 2AIWW TA ni Attention:Lenoteum Lwp lnc. 2598 I.Aunbard Street San Franciwoa CA.94123 Project: Number 2504M REC'.Alrt'Il'I'I13t3 THE FIRST FLOOR,SO DOUGLAS DRIVE,MART FMTHE DEPARTMENT Of CHILD SUPT SERVICES. Locat€un: 50 Douglas Drive,Mardnez CA Bides Aft 18,;20M 10:00 am. Contact- Bill Defdoulin The fidowing we tho#*diets,hr which vm'are rwdving buds. A Su ppWg Collins&Aikinan carpet > Transpoution ➢ Storage ➢ Cleaning > puraiteue moving ➢ O.L.P.lifting A Installation of carpet(Collins&Aad Cardfied) Wow*as mal 0aurtunhy Empkv ew and intend to seriously negotiate with qualified DVBE,MISE, Sm 11M'WBE&OW subvoa radoes and suppliers hr pn*dpwddpodm' Sub•amtr rs wb i be required to enter into our standard conhu x. No modifications to the con#w are permitte& ,An 1 vendors awarders work an this p act must be prepared to liuuM pexfarma ce and psyment bonds,for the amount ofthe sdxxmb*d bid,issued by go admitted corporate surety ale to F mmts Ftoo rm&Inc . Pleser Indicate Ify+ wlll to budding on#Itis p*x t and bx your response to (209)832-033. If you have any questions phrase do not hesitate to contact us. © YES WE ARE BIDDING CA YES WE ARE'INTERESTED U Nor wam Q WE ARE A MBE/'WOE Cl 'Wig ARE DVBE O E ARE A DISE C WEARSALl C ACMSMALL 1 5 C3 OTI p 9A2.A W- Rn NOE/WHE Dirtetary-San Fr Isco BA=m RighU ODMMISSWn Page 1 oft FLOOR COVERING SERVICES Vendor# 17895 -Certification#41-044-30398 DSK FLOORS INC DBA SUN EAST FURS 2200 Jerrold Avenue, Unit T San Francisco, CA 94124' Phone: 4151282-1180 Fax: 415/282-8101 Contact: Mr. Don W. Kung Sale And Installation Of Carpet, Sheet Vinyl, And Vinyl Composition Tile RECERTIFIED LBE)MBE CHINESE (10 BILI DISCOUNT), Expiration Date: 413012004 Vender#360131 - Certification#41-124-45497 JOE WANG CARPET AND FLOORING 1537 Ocean Avenue San Francisco, CA 94112 Rhone: 4151585-9792 Fax: 415/841-9998 Contact: lir. Joe Wang Carpet And Flooring Installations RECERTIFIED LBEIMBE ASIAN (10%BID DISCO'UN7"), Expiration Date: 1213112004 Vendor#24768 - Certification# 16-042499 LINOLEUM LARRY'S INC' 2598 Lombard Street ,/ �! San Francisca, Ca 94123 L)I1 MAI Phone: 415/921-4937 c&, Fax: 415/921-8547 A _ Contact: Ms. Gail Corridan Floor Covering Materials, Supplies& Installation RECERTIFIED LBEAYBE 1'r ON- INORITY(10% BILA DISCOUNT), Expiration Date: 413012005 Vendor#41758 W Certification #41-013-45550 WESTERN FLOORING 268 Ralston St. San Francisco, CA 94132 Phone: 415/333-4066 Fax: 415/586-2987 Contact: Mr. Wiliam Lam http://www.ci.sfx&us/sJhumamightddkedorylcnO4l.htm 7/16/02 r mor,virectory-San Francisco Human its Commission Page 2 of 2 Retail Sales And Installation Of Flooring Products; Ceramic Tiles And Carpets RECERTIFIED LBLIMBE SOUTHEAST ASIAN (10% BID DISCOUNT), Expiration Date: 113912003 as of 7/10/2002 �' r BE Directory-San Francisco Human Rights Corr mion Page 1 of 1 MOVING & STORAGE Vendor#49109 Certification#31-084-01490 GALINDO INSTALLATION & MOVING SERVICES 2901''Mariposa Street Unit 3 rancrseo, A W " Phone: 4151861-4230—`�" ,, Fax: 4151861-4234 Contact: Mr. Witfredo Galindo Moving Ariel Installation Of Office Furnituretfurniture Assembly& Deliveries RECERTIFIED NT), Expiration Date; 813112004 Vendor# 11537 - Certification# 11-094.00856 LYNCH & SONS VAGI & STORAGE CO, 1485 Bayshore Blvd Box 52 San Francisco, CA 94124-3002 Phone: 415/468-9305 Fax: 4151468-4626 Contact: Mr. George A. Lynch Having Company RECERTIFIED LBE NON-MINORITY(5% BID DISCOUNT), Expiration Date: 913012004 Vendor# 16093 - Certification#33-094557 SAAGAN MOVING &'STORAGE CO.,'INC 5501 Third Street San Francisco, CA 94124 Phone: 415/822-7200 Fax: 415/822-3391 Contact: Ms. ,fenny Kim Moving Office And Household Goods; Packing And Unpacking; Crating And Storage RECERTIFIED LBEJNIBE4NBE LATINO (10% BID DISCOUNT), Expiration'Date{ 913012004 as of 711012002 0kftn-1huww ri.gfea.us/sth a ari &dkeetnry/gs127.h 7/16/02 .. ..�..,...�,� - 1*"4U 3"nu nan tcagms commission Page I of 8 TRUCKING Vendor#48270 -Certification#21-114-00880 A M! CAIN TRUCKING' 2619 Montana Street San Francisca, CA 94112 Phone: 415/337-1767 Fax: 415/337-1767 Contact: Mr. Alfred Cain Trucking And Hauling Services RECERTIFIED LBEIMBE BLACKIAFRICAN AMERICAN<(10% BID DISCOUNT), Expiration Gate: 1113012004 Vendor#46169 -Certification# 16-044-54908 AVO CA TRUCKING & EXCAVATING, INC. 2594 -26th Ave. San Francisco, CA 94116 Phone: 415.1822-0755 Fax: 415/822-3291 Contact: Ms. Maureen O'neili General Engineering And Trucking;Company RECERTIFIED LBEWBE NON-MINORITY(10% BID DISCOUNT), Expiration Date., 413012004 Vendor# - Certification #21-124-45580 BARBARY COAST TRUCKING & BROKERS 3801 Third Street, #1156 San Francisca, CA 94124 Phone: 415/740-9459 Fax: 4151826-5252 Contact: Mr. Jimmie Ray.Potts 'rucking -- Owner Of One Truck With Haz Mat Certification. Not Hrc Certified For Brokering Services ERTIFIED L.BF1MBE BLA CKIAFRICAN AM"�ERICAt' (90% BID DISCOUNT), Expiration Date: 1213112004 Vendor#38082 -Certification#21-094-31151 BAYVIEW$AND& MATERIALS 1485 Bayshere Blvd#71 & #1'S San Francisco, CA 94124 Phone: 4151822-3602 Pax: 415/822-2714 Contact: Mr. Jerrold Taylor http://www.ci.sf.mus/slhumamights/dkwtmy/enOO5.htm 7/16/02 San Fusco HumanRigCumisian Ike 2 of I 1WNSPORTATION SERVICES Vendor# 58044 - Certification#21-124-00890 DOMINGUE DELIVERY SERVICE & DOMINGUE TRUCKING 1261 Sunnydale Avenue San Francisco, CA 94134 Phone: 415/587-3653 Fax: 4151587-3656 Contact: Mr. Robert J. Dom ngue, Jr. Trucking, 2 Delivery Trucks And 2 Big Rigs CERTIFIED LBEIMBir BL.ACKIAFRICAN AMERICAN(10% BID DISCOUNT), Expiration.Date. 1213112004 as of 711012400 http://www.ci.sf'.ca.us/s&Xwmmdgbts(directory/goo0g.htm 7116/02 E 13hrxy-' Fi Hummer Page l of 1 FURNITURE REPAID Vendor#49109' Certification#31-084-00490 GALINDO INSTALLATION & MOVING SERVICES 2901Mariposa Street, Unit San Francisco, CA 94110 Ph - ax: 415/861-423 Contact: Mr. Wilfredo Galindo Moving And Installation Of Office Furniture/furniture Assembly& 'varies RECERTIFIED LBFIMBB LATINO (10% BID DISC4CIN7), Expiration Date: 813112004 �xs of 711012002 43 htp-//vvww.oi.sf.muds&umami&tddirect.orylgsO80.htm 7116102 Service; Maintenance, Janitorial RECERTIFIED L BE VBE NON-MINORITY(10 BILI DISCOUNT), Expiration bate: 713112002 Vendor#58593 - Certification# 33-035-00902 GATEWAY CLEANING SERVICES 169 Amber Drive San Francisco, CA 94131 Phone: 4151642-0791 Fax: 415/642-0791 Contact: Ms. Ena Bonilla Janitorial Services: Residential And Commercial Craning Services CERTIFIED L.BEIMBFjWBE LATINO (10% BID DISCOUNT), Expiration Date: 3/31/2005: Vendor#44955 - Certification# HRC060512839' J & S ENVIRONMENTAL SERVICES 155 Bridgeview Street San Francisco, CA 94124 Phone: 415/786-3763 Fax: 510/780-9591 Contact: Mr. Gerald Jenkins Janitorial Services: Construction Clean-up; Stripping, Waxing And Shampooing Floors: CERTIFIED LBE/MBE BL.ACKIAFRICAN AMERICAN f 10% BID DISCOUNT), Expiration gate: 613012005 Vendor#57455 -Certification#21-055-0093 J M S' 512 Head Street San Francisco, CA 94132 Phone: 415/ 377-1872 Fax: 415/841-0776 Contact: Mr. Corey C Clark Construction Clean-up Services CERTIFIED LBE/MBE BLACKIAFRICAN AMERICAN (10% BIO DIS OuArr), Expiration Date: 513112445 Vendor#55113 -Certification#41-113-00718 JAPAN JANITORIAL SERVICE 348 16th Ave. San Francisco, CA 94118 http://Www. .st":ca-: /s . a-wig fdi ryl�slt61t 7/16/02 INETS FLOORING INC. t- 7700 t 14view Court ' Tracy, CA 95304 1 2 8' �"' P 8 8 3 e 4 6 9a10 # 0 JUL 16 02 9 6 5 4 MAILED FROM TRACY CA 95376 J&S Environmental Services 155 Bridgeview Street San Francisco, CA. 94124 Attn: Mr. Gerald Jew 114EYS FLOORING INC. ANEW-& 7700 Hll I%V Court , Tracy, CA 9530 126 ..�.""" P B 8 7'3 8 A 5 5 98701$ 00.3711 JUL 16 cit 9 6 5 3mAiLED FROM TRACY,CA 95376 Linoleum Larrys Inc. 2598 Lomb Street San Francisco,CA. 94123 Attn: Ms. Gail Corridan NEY'S FLOORING ,INC. 77001`*llvim Ckxmt Tracy, CA 953+04. 1 0 5 � P'B S 7 38 4 5 6 981'os0 .37JUL 1116 02 Joe rang Carpet and Flooring 1637 Ocean Avenue pFLOO IM INC.'7700 WK40W COW Ttacy,CA 95304 195 gun 00370 JUL 1 e 02 DEK Floors Inc IBA Sun East Floors 2200 Jerrold Avenue,Unit T San Fhwiscol CA 94124 Attn: Mr.Don W.Kms' SYS IFLWRING INC.7700 H#vlsw Court kik r..w,r �;LA 95;3(!4 164 P#877 $456 913301300*370 AL 16 62 9 6 5 0VAfL .C3 VROM TRACY CA 95376 AM Cain Trucking 269 Momma Street San Francisco,CA. 94112 Ann:Mr. Alfred Cairn V'S ]FLOORING INC. ��, , Tracy,GA 9530419 4 �� P B$? ?x$4 5 6 9894 9 . JUL 16 02 9 6 4 9MAILED MOV.TRACY.CA 95376 tomb I elite Service&Do3mjnge Trucking 1261 urinvdak Avemw. lEY'S FLOORING ,INC. All7700 Himew Court Tracy,CA 95304 139 9 � "" """""'"` Pea? 38456 98706 -00.371) jUL .16 02 9'6 4 8 MA!zr=c FROM TRAr,-,:' CA 95376 Saagan Moving& Storage Co, Inca 5541 Third Street San Francisco,CA. 94124 Atte• Ms. Jenny Kim 1EY'S FLOORING , INC. 7700 HIMew Court �. .. Tracy, CA 953041 19 'ter P e g77'38 4 5 6 9840500 .370 JUL 16 02 6 5 5 VAILED FR(W TRAc / CA 95376 JMS 512 Head Street San Francisco,CA.94132 Atte: Mr.Corey D Oak IMPS FLOORS , INC. 7700 Hftlew Court Tracy, CA 135 34 P 98738456 9840 * 00.370 JUL 1,6 02 9 6.5 6' tic°mcm.TRAcy.op. 95376 Galindo Installation&Moving Serve N( 'M'Arinngs4 Ctrm-t TTnit Jul. 17 2002 11:41A1 01 J1M: Jul. 16 01:57PM 00'10 TX 00 PRESSED THE STOP KEY 02 JIM: Jul. 16 01:57PM 00'41 TX 00 NO RESPONSE 03 925 313 7299 Jul. 16' 02:01PM 17121 RX 24 OK 04 925 313 7299 Jul. 15 02:19PM 02'00 RX 03 PRESSED THE STOP KEY 05 Suretvcopac.com Jul. Ifs 02:26PM 01'59 RX 02 Cit 06 925 313 7299 Ju 1. 16 02:34PM 13144 RX 21 CSF 07 FINNEY'S FLOORIN Jul. 16 02:SOPM 00157 RX 01 OK ' 08 8186099250 Jul. 16 03:05PM 00144 TX 01 OK 09 51.0 313 7088 Jul. 16 03:06PM 01'18' TX 02 OK 10 9164447731 Jul. 16 03:MOM 01'02 TX 01 OK 11 <{ G3 >> Jul. 16 03:53PM 00145 RX` 00 NO RESPONSE 12 9164447731 Jul. 16 04:ISM 01128` RX 01'S>S OK 13 7075644035 Jul. 16 04:18PM 01119 RX 02 OK 14 19104447731 Jul. 16 04:23PM 00141 TX 00 NO RESPONSE 15 9164447731 Jul. 16 04:34PM 00153 TX 01 OK 16 SuretqCcPac.com' Ju 1. 1b 04:40PM 02100` RX 02 CCK' 17 N=IN NEY'S FLOORIN Jul. 16 04:S2PM 01105 TX 02 OK 18 510 313 7088 Jul. 16 04:58PM 00145 RX 01;, OK 19 thebluebook. com Jul. 16 05:43PM 011123 RX 00' COMMUNICATION ERROR (49) 20 LB fL00RIN G Jul. IS 09:42P'M 01'00 RX 01` OK 21 916 419 1842 Jul. 17 09:03AM OV 02 RX 01 PAPER` JAMMED 22 F I NNEY,`S FLOOR I N' Ju I. 17 09;1$RM 04131 TX 07 OK 23 18186099250. Jul. 17 09:23AM 00141 TX 01 CK` 24 925 606 3326 Jul. 17 09:30AM 0258' RX 03 OK 25 925 606 3326 Jul. 17 09:33AM 01109 RX 01 OK 26 925 606 3326 Jul. 17 09:35AM 09'05 RX 10 OK 27 13164447731 Jul. 17 10:12AM 00'05'' TX 00 NO DOCUME=NT` 28 9164447731 Jul. 17 10:16AM 01'05 TX 01 OK 29 9164447731 Jul. 17 10:24AM 01'03' TX 01 OK 30 925 606 3326 Jul. 17 10:29AM 01.'46 RX 01 CSC 31 925 606 3326 Jul. 17 10:35W 03'03 RX 03 OK 32 925 606 3326 Jul. 17 10: 9AM 18'52 RX 10 OK 33 408 226 3393 Jut. 17 10:59AM 00'45 TX 01 OK; 34 << G3 ,>> Jul. 17 11:03AM 02103 RX 02 OK 35 SUNVETE Jul. 17 11:40AM 00140 TX 01 OK, FOR SERVICE CENTER USE ONLY Jul. 17 2002 12:09F" 01 415 941 99% Ju 1. 17 11:4 AM 00141 TX 01; OK E2 14159218547 Jul. 17' 11:43AM ' 00"51 TX 01 OK 03 415 1293 .Jul. 17" 11:45AM 00'49 TX 01 OK 04 14153371767 " Jul. 17 11:47AM 00'41 TX 00' NO RE904SE 05 DOMI h MJE TRMK IN Jul. 17 11:48AM e0142 TX 01 OK 06 4158614234 Jul. 17' 11:50AM 00'43 TX 01 OK 07 510 780 9591:' Jul. 17 i i:SIAM 00'41 TX 01 OK 08 1415841077E Jul. 17 11:53AM 001 45 TX 01 OK 09 14153371767 Jul. 17 11:55AM 00'10 TX 00. PRESSED THE STOP ;,KEY to.Oil DamCu lira=inrsr�+3 it�srirtR 1�itr�n:EidlkJ a i�d :�.sa;�•w-r r a — - - CALtFOR AW MISTER DAILY Issue#413 5w July 17.2002 PmWtdt*dby lrltii14v B1d Rgporttr Page 2 :'1LUS.l"aatlltrtgstab-bu%fim quaff fed AMR Rol sttb-Lids ftm 4 W ARM—ambs DV8E sacmumawsup0im for. DVW sub4cmtnu1u *uF0=Cur: ffta ar 0061 fierok".ADMAW IM.T Rimmed sttxl l sp1ft%r+ertt Npi.of Water Realtu s UMCC 1329 M=110 Ave.We 1ue aiea-mviilk Bids Due:7.23-02@ Faollifm Rane►vation/lmprov. Mute 9053.4111-i3idtr2$042av "° Clio Lake Ratap Ana) RoMpeft 11011+uat F1904 SOD010aa Dr.,UNUM CmftwWC51260 Spe002-05► 5vbma tvW &SVp 016 Duc 7-24-0 0 2an DW.7.1842 aft 1 m �s ahartdercl3aMr�'l+rura ���O airt.4 MM$+bac Intssx�r nus i to s: �C.�'�EINC. l�r��w�a,cue, a +a t%mo m 83 Twin 4" vrBid �rrsirbb she r�a�des�o: ap: Towns t•� Pt r,iMEf,' et aria 11 A"aa Rte:CA 96W3 S4p0k TAd1X rxs%*Soutar^c8p,' Cuixt a at Com. C�11� TAW^"f M& vVt LIDA*di is X6 7 Ex>akIfam 5 2 1-5375 14Taritt ,�Sys&t Coos A Ud dcr .�trdrsd ice. � avaikrblaatraascliargeat: MX 530-2414620 cvvwd P404 Ptarlt 5k*C B+wde, Atdkscbgd MUM At Archkadag Divlaian sambiq 84314 Lmb&PCC WU*. Office:1220 MwAb Ave,Suit*100 0("(dl 355w) Rte[.%W 1N*94 CA'94M3,4111. rW y dot+o in oxufe G 1N]r E r_)DN jLtCC]pDN FINNE'Y'S FLOORLNG INC P O Box 9512JW Budde,CA 93590 r,00 11*dmCWm1k Ur.CA 93304 C BAtDomwAk Ca trot Gory W0*m :49-1131.11393 PAX 2{iii`li3 tl3 4161-7264"1 PAX 661-7264460 $207(d13:45w) UW 1:674(d1154t) � 1 /�, a. AF.C}E eta a atiri8 xub-hiatx trc3m qusti i Rrxl The 11itYck r'1 Group �8 1 AEOE Rtqusstinng sub bids from qualified WW,DVEE suba��sapplim for: Lissbkd Vtwm 0jaiRm Eftwpi"(DV11L') 1'yl V1't'1"1VRE:wabtx#W((x rxt"iiCM fair: subwaltuukm Ie pmvld#ANN'lechutad VAHgo City Uffied School Histo id mWda aao b2tbodaveloponteta Modd Los AqpW Dapartm$nt of Water&Pourer JesseBe"a*X01 3cFmhty skmaA Pa ma�� Swam alLa d .Annad Sect ay Bid:t1 7-24-M 2pm CDCRegiaR1�#+,tA.11t OMI Bid 15 e:7 1-512 I ��+p> t't')i11ee 9u1� »olaiarttron 2312 TJp0brmWT i ) 1 lot Dien%On&Atom" Cmh%ctNs=nt ba jxo&j4att in� Cnatltatrni�trXqu1p Aut=dldttsi, CAWO PaltrtM U VAC„Ela+cbUd writing,boreal.MS Access 200.TWaltemmb Htdth SWOM,1WWPDWW Se waing mA '(kp A=1�vm Also tst'' Svc. BOU,o CONSIRUC014 wart WWn rl nrn0Vne%wnilcwA de0ls mW*%TUG fimym badW4 an*m aid 852 Nm*pm Blvd.Ste I05 by 1VIvom.;.CAwdmw Awa-t-M%htm MER-CION ac's C.a49W1 31,+505):iti SEC IRM S'YSTI S,INC. 2111 South D$Lavey ASrieliite CUUVA: DWAS RIuz TM M.CKEY GROUP Pmdattei,CA 91105 91-3-37266' P tt 13mc I214 FAX. 91&372 7751 hW4mkWAq8W t`vivad:Re-ACTitrEsan 425-3914M6 rAX:425.391-0206 626.335-2211 FAX:62648"111 ad#5204(41353m) of EMd QU81004iloaa CC drayUWSS to. alruaokry -moi YRroap cUm a&51422[d1354w} td9 530-36(d1351Er) M/W/DVBE SUB-BIDS REQUESTED FINNY S FLU' 0x%aNG,, INC. TATION TO RJ Attention:Lenoleum Larrys Inc: 2598 Lombard Street San Francisco,CA.44123 Project: Number 250-0240 RECARP'ET1NG THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR TIE DEPARTMENT OF CHILD SUPPORT SERVICES. Location: 50,Douglas Drive,Martinez CA. Bid bate: July 18,2002 10:00 a.m. Contact: Bill DeMoulin The following are the trades for which we are receiving bibs: ➢ Supplying Collins&Aikman carpet ➢ ;Transportation ➢ 'Storage ➢ 'Cleaning ➢ Furniture moving A 'O.L.P. lifting S> Installation of carpet(Collins&Aikman Certified) Vire are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE,MBE,. SBE,LBE,WBE&ORE subcontractors and suppliers for project participation. Sub-contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish subcontract performance and payment bonds,for the amount of subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If have any questions pleases do not hesitate to contact us G1 YES WE ARE BIDDING C YES WE ARE INTERESTED D NOT INTERESTED ❑ WE ARE A MBE/WBE Q WE ARE DVBE CI WE ARE A DBE CI WE ARE A L13E O CA CERT SMALL BUS U €7THER Z', F .. I.NEYS FLOORING 1 .46. 'V C 0 2TAIATION TO Attention :Saagan Moving&Storage Co.,Inc: 5501 Third Street San Francisco,CA.94124 Project: Number 250-0240 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR THE DEPARTMENT OF CHILI)SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Bid Date: July 18 2002 10:00 a.m. Contact: Bill DeMoulin The'following are the trades for which we are receiving bids. > "Supplying Collins&Aikman carpet ➢ 'Transportation ➢ 'Storage ➢ 'Cleaning ➢ .Furniture moving ➢ "'O.L.P.Riling ➢ 'Installation of carpet(Collins'&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBI ,MBE, SBE,LBE,WISE&OBE subcontractors and suppliers for project participation. Sub-contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub=contractors I vendors awarded work on this project must be prepared to I famish sub-contract performance and payment bonds,for the amount of the subcontract bid,issued by an adinitted corporate surety acceptable to Finney's Flooring,Inc. Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If you have any questions please do not hesitate to contact us. YES WE ARE BIDDING I 'YES WE ARE INTERESTEL? D 'NOT INTERESTED WE ARE A MBE/WBE WE ARE DVBE D WE ARE A DBE U WE ARE A LDE 0 CA CERT SMALL BUS `OTHER E RODAL D,FINNEY 77W 11ILMEW 95304 QQZ 831-839-3 FAX., 4294 aIZ--8333 UQ.#M606 EPEO� O�"nT nA NG INS. Attention :Domingue Delivery Service&rpomingue Trucking 1261 Sunnydale Avenue San Francisco,CA.94134 Project: Number 250-0240 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR THE DEPARTMENT OF CHILI)SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Bid Date: 'July 18 2002 '10:00 a.m. Contact: 'Bill DeMoulin` The following are the trades for which we are receiving bids. Y Supplying Collins&Aikmancarpet > "Transportation ➢ Storage ➢ Cleaning ➢ Furniture:moving ➢ O.L.P.,,lifting; ➢ 'Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE,MBE, SBE,LBE,'WISE&OBE subcontractors and suppliers for project participation Sub-contractors will be required to meter into our standard contract. No modifications to the contract are permitted. All sub-contractors I vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds,for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If you have any questions please do not hesitate to contact us: U YES WE ARE BIDDING C1 YES WE ARE INTERESTED U NOT INTERESTED C] WE ARE A MSE/WBE C~I WE ARE DVBE C, WE ARE A DISE C WE ARE A LBE C1 CA CERT SMALL BIDS © ' OTBER - RANDAL D.FJNNEY 2700 HILLVIEW CT.,TRACY--CA 9530+ ---FAX;-42Q9).8Ja333 LIC#S22606 T\T C FINNIPVSL. 1I / Z / 4\\ \ \\ 2TATION TO BJ Attention :Galindo Installation&Moving;.Services 2901 Mariposa Street,Unit 3, San Francisco,CA.94110 Project: Number 250-0240 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR TIE DEPARTMENT OF CHILD SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Bid Date: July 18,2002 10:00 a.m. Contact : Bill DeMoulin The following are the trades for which we are receiving bids. ➢ Supplying Collins&Aikman carpet ➢ Transportation Y Storage ➢ Cleaning > Furniture moving > O.L.P. lifting ➢ Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE,MITE, SBE,LBE,WBE&OBE subcontractors and suppliers for project participation. Sub-contractors,will be required to enter into our standardcontract. No modifications to the contract are permitted. All sub-contractors f vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds,for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. , Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If you have any questions please do not hesitate to contact us. Q YES WE ARE BIDDING Q YES WE ARE INTERESTED ❑ NOT INTERESTED ❑ WE ARE A MBE f WBE L3 WE ARE DVBE ❑ WE ARE A DBE Q WE ARE A LBE © CA CERT SMALL BUS Q OTHER a RANDALD.FIMU -7700-HILLVIEWCT..TRACY.CA 95304 9.3 EAX: 42M 832-83 33 UC #592606 1NNA. Vu'x,7' O0113 G ) ING / /Z 2 T ION J()R IAI Attention :J::&S Environmental Services 155 Bridgeview Street San Francisco,CA.94124 Project: Number 250-0240 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR THE.DEPARTMENT OF CHILD SUPPORT SER'V'ICES. Location: 50 Douglas Drive,Martinez CA. Bid Date: July 18,2002 10:00 a.m. Contact : Dill DeMoulin The following are the trades for which we are receiving bids. ➢ Supplying Collins&Airman carpet > Transportation ➢ Storage' ➢ Cleaning ➢ Furniture moving O.L.P. lifting ➢ Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified D'VBE,'MBE, SBE,.-LBE,WBE&OBE subcontractors and suppliers for project participation. Sub-contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors 1 vendors awarded work on this project must be prepared to fiunish sub-contract performance and payment bonds,for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If you have any questions please do not hesitate to contact us. D YES WE ARE BIDDING 0 YES WE ARE INTERESTED ❑ NOT INTERESTED L WE ARE A MBE f WBE L) WE ARE DVBE L� WE-ARE A DBE CI WE ARE A LBE Cl CA CERT"SMALL BUS CI OTHER MEY 2700 HILLYIEW CT, TRACY.CA -9530+ , 42M 832-9393 (209)832-8333 LIC,#5,92606 X71 FL OO JL S G INC FINNt 2TAITION 10 BJ Attention : 3'M S 512 Head Street San Francisco,CA.94132 Project: Number 250-0240 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR THE DEPARTMENT OF CH[LD SUPPORT SERVICES. Location: 50 Douglas Drive,Martinez CA. Bid Date: JulyI8,2002 10:00a.m. Contact: Bill DeMoulin The following are the trades for which we are receiving bids. ➢ Supplying Collins&Aikman carpet > Transportation )�- Storage > Cleaning )0 Furniture moving > O.L.P.lifting > Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE,MBE, SDE,LBE,WBE&OBE subcontractors and suppliers for project participation. Sub-contractors;will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds,for the:amount of the subcontract bid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. . Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If you have any questions please do not hesitate to contact us. YES WE ARE BIDDING CI YES WE ARE INTERESTED NOT INTERESTED O WE ARE A MBE/WBE WE ARE DVBE WE ARE A DRE Ll WE ARE A LBE Q CA CERT SMALL BUS OTHER FJI ?- I 1P) RANDAL J2.FINNEY 7M EULL)MY CT.,BACY,CA 25304- 4209)A32-1393 FAX: (2 UC,#52206 NNIE1`177S FLOORING, INC. 2AA19=TO BJ Attention:AM Cain Trucking 259 Montana Street San Francisco,CA.94112 Project : Number 250-+ 240 RECARPETING THE FIRST FLOOR,50 DOUGLAS DRIVE,MARTINEZ' FOR THE DEPARTMENT OF CIMD SUPPORT SERVICES. Location: 30 Douglas Drive,Martinez C.A. Bid Date: July 18,2002 10:00 a.m. Contact: Bill DeMoulin The following are the trades for which we are receiving bids. ➢ Supplying Collins&Aikman carpet ➢ Transportation ➢ Storage A Cleaning ➢ Furniture moving ➢ O.L.P. lifting Installation of carpet(Collins&Aikman Certified) We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE MBE, SBE,LBE,WBE&OBE subcontractors and suppliers for project participation. Sub-contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors 1 vendors awarded work on this project must be prepared to furnish sub-contract;performance and payment bonds,for the amount of the subcontractbid,issued by an admitted corporate surety acceptable to Finney's Flooring,Inc. Please indicate if you will be bidding on this project and fax your response to (209)832-8333. If you have any questions please do not hesitate to contact us. 0 YES WE ARE BIDDING D YES WE ARE INTERESTED U NOT INTERESTED Q WE ARE A M13E 1 W13E CI WE ARE DVBE D WE ARE A DBE l� WE ARE A LBE CA CERT SMALL 13US C OTHER