HomeMy WebLinkAboutMINUTES - 05042004 - C55-C58 TO: BOARD OF SUPERVISORS ; Contra
FROM: JOHN SWEETEN, COUNTY ADMINISTRATOR •.
Costa
DATE: May 4, 2004 County'
SUBJECT: Arbitrage Rebate Calculation Agent Contract .
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)A BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS:
1. APPROVE and AUTHORIZE the County Administrator or his designee to extend the Contract with
BondLogistix, LLC for arbitrage rebate calculation services to extend the term of the contract from
December 31, 2003 to December 31, 2004.
FINANCIAL IMPACT:
Arbitrage rebate Calculation agent services are required to calculate rebate liability on various County
bond issues. Under federal tax law, this liability is determined for each County tax-exempt bond issue
based on the amount of interest earnings ings that have accrued on bond proceedsover time. While the
County is allowed to keep interest 'earnings up to the rate of return of the initial band offering, any
earnings above this bond rate must be rebated to the federal government every five years.
The Capital Facilities and Debt Management staff of the County Administrator's office monitor interest
earnings for various County bond issues and periodically orders reports from BondLogistixx so that the
appropriate amount of interest earnings can be set aside to pay future rebate costs. Given that the fee
associated with a rebate liability analysis is charged out proportionately to various County departments
based on their share of the funds from a particular bond issue, the net County cast for this contract are
negligible.
BACKGROUND
The contract in question has$8,725'remaining from the original amended amount of$50,000,which will
cover any arbitrage rebate calculation agent services required through December of 2004. At that time,
the Capital' Facilities and Debt Management staff will prepare and issue an RFP for an arbitrage rebate
calculation agent.
CONTINUED ON ATTACHMENT: _x YES SIGNATURE:
OMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
ROVE OTHER
SIGNATURE(S):
ACTION OF SrON APPROVE AS RECOMMENDED OTHER
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
X UNANIMOUS(ASSENT rs ► AND ENTERED ON THE MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE.
AYES: NOES: SHOWN.
ABSENT: ABSTAIN:
ATTESTED f v
CONTACT: Laura Lockwood JOHNYE TE 1,CLERK F THE
BOAR OF SUPERVISORS AND
COUNTY ADMINISTRATOR
CC:
By � �' I� � —DEPUTY
.......... ............................................................................................................................................................
. ............................
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order of May 4,2004, by the following vote:
AYES: SMMSORS GIOLk, UnKM, QMMC, DeSMLNM AM GLOM
NOES: NM
ABSENT: N=
ABSTAIN: Nm
SUBJECT: Award of Contract for the
Rebid to Construct a Labor Delivery Recovery Room at
the Contra Costa Regional Medical Center, 2500
Alhambra Avenue, Martinez for the Health Services
Department
Budget Line Item No. 6971-4631
Authorization No. 0927-V;H63 1 B
Bidder Total Amount Bond Amounts
RoSa Construction, Inc. $88,810 Payment: $88,810
21286 Mission Boulevard Performance: $88,810
Hayward, CA 94541
Flagg Building Improvements
Brentwood
Cal Bay Construction, Inc.
San Leandro
GMI Construction, Inc.
Hayward
The above-referenced project and the plans and specifications therefore having been
previously approved, Addendum No. I having been issued and approved, and bids having been duly
invited and received by the Director of General Services on March 18, 2004; and
The Contract Compliance Officer having reported that the lowest monetary bidder, Flagg
Building Improvements ("Flagg"), submitted a bid which did not demonstrate an 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,RoSa Construction, Inc. ("RoSa"), having submitted the lowest
responsive and responsible bid,which is $72 more than the lowest monetary bid; and
The Contract Compliance Officer having reported that RoSa 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 RoSa 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(Flagg) is
non-responsive for failure to comply with the project specifications and requirements of the County's
Outreach Program, REJECTS said bid, on those grounds, and ORDERS that their bid bond be
exonerated; and
The Board DETERMINES that RoSa, as the lowest responsive and responsible bidder, has
demonstrated an adequate good faith effort, pursuant to the specifications for this project, 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 that the contract for the furnishing of labor and materials
for said work is awarded to RoSa at the listed amount and at the prices submitted in said bid, and that
said contractor shall present sufficient payment and performance surety bonds as indicated above, and
that the Director of General Services, or designee, shall prepare the contract therefor; and
HA2003\2M0324N031,024062b.doe
1 of 2
Award of Contract for the May 4, 2004
REBID TO CONSTRUCT A LABOR DELIVERY
RECOVERY ROOM AT THE CONTRA COSTA
REGIONAL MEDICAL CENTER, 2500 ALHAMBRA
AVENUE,MARTINEZ FOR THE HEALTH SERVICES
DEPARTMENT
The Board FURTHER ORDERS that after the contractor has signed the contract and
returned it, together with the bonds as noted above and any required certificates of insurance or other
required documents, and the Director of General Services, or designee, has reviewed and found them to
be sufficient, the Director of General Services, or designee, is authorized to sign the contract for this
Board; and
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 designee, any bid bonds posted by
the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and
The Board FURTHER ORDERS that the Director of General Services, or designee, is
authorized to sign any escrow 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 Cade; and pursuant to
Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code
Sections 4107 and 4110 to the Director of General Services, or designee; and
The Board FURTHER ORDERS that the Director of General Services, or designee, is
authorized to execute any changes to the contract pursuant to Section 20142 of the Public Contract
Code; and
The Board DECLARES that, should the award of the contract to RoSa 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 successffil bidder establishes a
mistake, refuses to sign the contract or fails to furnish required bonds or insurance in accordance with
Public Contract Code Sections 5100-5107.
Orig. Dept. General Services Dept. - Capital Projects Management Division
cc: General Services Department
Capital Projects Management Division
Accounting
CPM File: 250-0324/B.4.4
250-0324/A.5
County Administrator's Office
County Counsel
Contract Compliance Officer(via CPM)
Auditor-Controller
RoSa Construction, Inc. (via CPM)
Surety(via CPM)
Bahr Architects (via CPM)
JC:tb
I hereby certify that this is a true s,nd correct
copy of an action taken and entes�rcd on the
minutce of the Board of Supervisors on the
date shown.
JOHN Sly EETF-?O
.�Cletk ol the 8oard
of SYPOASOrs and County Ad n 116trator
By `.- u. ,, ... Deputy
H A200312500324103 L0240G2b.d oc
2 of 2
�- OSTA COUNTYf, F
e ' s epartrnent
Barton J.C�Ibert
AGEMENT j`'Y f Director
Michael J.Lango
£ •» r Deputy Director
Rob Lim, PE
DATE: May 4, 2004 Manager
TO: Board of Supervisors
FROM: Barton J. Gilbert,Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for the REBID TO CONSTRUCT A LABOR DELIVERY RECOVERY ROOM AT
THE CONTRA COSTA REGIONAL MEDICAL CENTER, 2500 ALHAMBRA
AVENUE, MARTINEZ FOR THE HEALTH SERVICES DEPARTMENT were received
and opened at the County Capital Projects Management Division Office on March 18,2004.
The Contract Compliance Officer has reported that Flagg Building Improvements ("Flagg") of
Brentwood, who submitted the lowest monetary bid of$88,738, did not document an adequate
good faith effort to comply with the requirements of the County's Outreach Program. For this
reason, it is recommended that Flagg's bid be rejected as non-responsive and that their bid band
be exonerated.
It is recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, RoSa Construction, Inc. of Hayward, who has documented an
adequate good faith effort to comply with the requirements of the County's Outreach Program, in
the amount of$88,810.
The Consulting Architect for the project estimated the probable construction cost to be$126,000.
Other bids received:
Base Bid
Cal Bay Construction, Inc. $107,185
San Leandro
GMI Construction, Inc. $109,000
Hayward
cc w/attach.: County Administrator's Office
County Counsel;
Clerk of the Board(w/bids)
Contract Compliance Officer
File: 250-0324/B.4.4
t-A2oa3125Uo324\03L024flslm.doc rc:tb
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order of May 4,2004,by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
SUBJECT: Award of Contract for the
Rebid to Construct a Labor Delivery Recovery Room at
the Contra Costa Regional Medical Center, 2500
Alhambra Avenue, Martinez for the Health Services
Department
Budget Line item No.6971-4631
Authorization No.0927-WH63IB
Bidder Total Amount Bored Amounts
RoSa Construction,Inc. $88,810 Payment: $88,810
21286 Mission Boulevard Performance:$88,810
Hayward,CA 94541
Flagg Building Improvements
Brentwood
Cal Bay Construction,Inc.
San Leandro
GMI Construction,Inc.
Hayward
The above-referenced project and the plans and specifications therefore having been
previously approved, Addendum No. I having been issued and approved, and bids having been duly
invited and received by the Director of General Services on March 18,2004;and
The Contract Compliance Officer having reported that the lowest monetary bidder, Flagg
Building Improvements("Flagg"), submitted a bid which did not demonstrate an 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,RoSa Construction,Inc.("Rosa%having submitted the lowest
responsive and responsible bid,which is $72 more than the lowest monetary bid;and
The Contract Comppliance Officer having reported that RoSa 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 RoSa 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(Flagg)is
icon-responsive for failure to comply with the project specifications and requirements of the County's
Outreach Program, REJECTS said bid, on those grounds, and ORDERS than their bid bond be
exonerated;and
The Board DETERMINES that RoSa,as the lowest responsive and responsible bidder,has
demonstrated an adequate good faith effort, pursuant to the specifications for this project, 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 that the contract for the furnishing of labor and materials
for said work is awarded to RoSs.at the listed amount and at the prices submitted in said bid,and that
said contractor shall present sufficient payment and performance surety bonds as indicated above,and
that the Director of General Services,or designee,shall prepare the contract therefor;and
"A2003W00324103L024062bAoc
tof2
C-940)
Award of Contract for the May 4, 2004
REBID TO CONSTRUCT A LABOR.DELIVERY
RECOVERY ROOM AT THE CONTRA COSTA
REGIONAL MEDICAL CENTER, 2500 ALHAMBRA
AVENUE,MARTINEZ FOR THE HEALTH.SERVICES
DEPARTMENT
The Board FURTHER ORDERS that after the contractor has signed the contract and
returned it, together with the bands as noted above and any required certificates of insurance or other
required documents, and the Director of General Services,or designee, has reviewed and found them to
be sufficient, the Director of General Services, or designee, is authorized to sign the contract for this
Board; and
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 designee, any bid bonds posted by
the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and
The Board FURTHER ORDERS that the Director of General Services, or designee, is
authorized to sign any escrow 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
per'f'ormance under the contract,pursuant to Section 22340 of the Public Contract Code; and pursuant to
Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Cade
Sections 4107 and 4110 to the Director of General Services,or designee; and
The Board FURTHER ORDERS that the Director of General Services, ,or designee, is
authorized to execute any changes to the contract pursuant to Section 20142 of the Public Contract
Code; and
The Board DECLARES that, should the award of the contract to RoSa 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 in accordance with
Public Contract Code Sections 5100-5107.
Orig. Dept. General Services Dept. - Capital Projects Management Division
cc: General Services Department
Capital Projects Management Division
Accounting
CPM File: 250-0324113.4.4
254-03241A.5
County Administrator's Office
County Counsel
Contract Compliance Officer(via CPM)
Auditor-Controller
RoSa Construction, Inc. (via CPM)
Surety(via CPM)
Bahr Architects(via CPM)
JC:tb
�; Ql111t Ad'Cl"llnlStCcttC!" coarct of slenrtaors
ContraJoM Wolsk
County Administration Buddingl*District
651 Pine Street,11th Floor Costa
Gayle B.Uiikema
Martinez,California 94553-1229 VDistrict
(925)335-1080 County
(925)335-1098 FAX 3"'District
M#ttstrict Greenberg
Bohn Sweeten _ Mark DeBaulnter
County Administrator 't #s' 41District
pL „am federal D.Glover
5"'District
April 29, 2004
Via Fax and Certified Mail/Return Receipt Requested
Flagg Building Improvements
1420 Central Blvd.
Brentwood, CA 94513
Attention: Ms. Diana L. Bonnett, General Manager
Re. Appeal Letter of April 20, 2004 - Labor Delivery Room at Contra Costa
County Regional Medical Center(CCRMC)
Dear Ms. Bonnett:
Your April 20, 2004 letter of appeal and the additional information sent to Emma
Kuevor, Affirmative Action Officer,was forwarded to this office. The issues raised in
your appeal have been carefully reviewed and compared to the requirements and
indicators contained in Division E (Outreach Program) of the bid specifications.
Indicator#4 (Advertisement)
We acknowledge that your advertisement for sub-bids from interested business
enterpriseswas submitted. However, your advertisement did not include your company
policy concerning assistance to subcontractors in obtaining bonds, lines of credit,
and/or insurance. In addition, the document you submitted (Attachment 1), published
February 24, 2004, and the document you submitted with your appeal letter, April 20,
2004 (Attachment 2) are different.
We can only evaluate the original advertisement submitted as part of your good faith
effort documentation, not a sample submitted as part of your,appeal. The document
submitted with your appeal letter, which we are unable to consider, does not appear to
be an advertisement, but rather a solicitation to subcontractors, which would not satisfy
Indicator 4 in any event.
Indicator 5 Written Notice to,Subcontractors)
The required documentation for Indicator 5 Includes a copy of the written notice to
subcontractors, as well as fax confirmations, metered envelopes, or certified mail
receipts to verify the sending/delivery of the written notice. Any of these listed methods
(fax, metered mail or certified mail)will satisfy the requirement. Regardless of the
method used to deliver the notice to subcontractors, your notice did not contain the
required elements as set out in Indicator 5.
Your letter acknowledges that you did not follow up your initial solicitation with all firms
according to the specification requirements and suggests that the Affirmative:Action
Officer should advise you of the minimum number of companies to be contacted to
comply with Indicator 5. There is no minimum or maximum number of companies that
must be contacted.
Each bidder must make its own determination of how many companies to contact. A
reasonable number of contacts will differ based on the project, the amount and type of
work available to be subcontracted and the number of available subcontractors.
Regardless of the number of contacts, the specifications are clear--that bidders must
follow up with each subcontractor initially contacted to comply with Indicator 6 (Follow-
up on Initial Solicitation).
Indicator 8 (Contacted Recruitment/Placement Organizations}
Your company's good faith effort was also deficient because you did not submit
documentation verifying that you requested assistance from organizations providing
assistance in the recruitment and placement of MBEs, WBEs, OBEs, S'BEs, LBEs, and
DVBEs. You, therefore, did not receive credit for this Indicator.
Prior Contract awards to Flagg
In reviewing the files, our records show Flagg has been awarded contracts for several
County projects. Among these were two projects awarded to you in 2002 (Richmond
Health Center Pharmacy Relocation and 121 Floor Remodel of the County
Administration Building). In both cases, lower monetary bidders were passed over due
to their failure to document an adequate good faith effort as required by Division E, and
in both cases Flagg was awarded the contract.
Conclusion
The project specifications expressly provide that failure to comply with Division E (the
County's Outreach Program) may render a bid non-responsive. Based upon our review
of the issues raised in your appeal , we must agree with the determination made by the
Affirmative Action Officer in her letter to you, dated April 19, 2004 and plan to
-2-
recommend that your bid be deemed non-responsive, and that the contract be awarded
to the next lowest bidder (RoSa Construction, Inc.).
The contract for this project will be considered for award by the Board of Supervisors at
its meeting on Tuesday, May 4, 2004,which begins at 10:00 a.m., in Room 107 at 651
Pine Street, Martinez. 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 April 20, 2004 letter.
Very truly yours,
Scott and
Chief Assistant Co my Administrator
cc: Barton J. Gilbert, Director, General Services Department
Silvano Marchesi, County Counsel
Rob Lim, Capital Projects Manager, General Services Department
Attachments
-3-
6fir AA__ Page 1 of i
Regis Communications !Construction Bird Source Interactive
Trane and Focus Publications-DSE1M8EfW8E1Dv8E advertisement
Date of Advertisement 0212412004
Flagg Building Improvements
An Equal Opportunity Employer,
is requesting quotations from all qualified
DBE MBEWBEWBE
sub-contractors and material suppliers for the following project:
Construct A Labor Delivery Recovery Doom at the Contra Costa
Regional Medical Center, Martinez, CA
2500 Alhambra Avenue, Martinez, CA
Location: Contra Costa county/region
For Contra Costa County
Bid Date: 0311512004 at 04:00 PM
This request includes the following:
Carpentry, ceiling, plumbing, fire sprinkler, electrical, medical Bass and air, painting,
flooring and selective demolition.
Bid documents can be viewed at or obtained from:
Purchase plans at Contra Costa County or for view in our office.
Prevailing wages apply.
Flagg Building Improvements
1420 Central Blvd
Brentwood, CA 94513
+ Phone: 925-516-2206 Fax: 925-516-1102
Shelby Pereira
shelby #lagbuilding.com
Published on 02/24/2004 by Regis communications/
Construction Bid source interactive,Trade and Focus Publications
located at http://www.ragis-usa.com
Phone:1-800-962-4182 Fax:209.772.3573
This solicitation Ad will run in both publications until the bid date
CBSI Home Pace
MAR 0 8 ?:0,04
JBY J
http://renis-usa.corn/mbeadDetaii.asv?AdIDNumber-1879 Attathment 1 2/26/2004
(}eneral Contractor
x License No. 621004
Building
Flaggimprovaments
c.nar�tt c�ntrsccori
REQUEST FOR. PROPOSAL/
INVITATION TO Blij
An (EC7t) intend; to with qua II ricd Sub Bids on All Trades from
Qualified Subcontractors and suppliers inc:lwlhnt certified MMI)MV112 and LBB ror:
LABOR DEEfVVr.RY k c��.. BOOM vL
2500 Alhambra Avenuc, IMartincr, Contra Costa County
Bids Due -- March 15, 2004 by 4:00p.m.
BIDS RECEIVED AFTER THIS DAY MAY NOT BE ACCEPTED
We do not,shop bids but treed rime to review.
General Statement of Work/Sul) Work Available: Carpentry, ceiling, � •
plumbing, fire sprinkler, electrical, iTiedical gas and air, painting, wall
covering, doors and hardware, flooring and selective demolition
Plans available;
• Purchase plana at Contra Costa County
• For view in our cif{icu please call Our 0111ce It (925) ,16-2206 -- Ask Cor
Shelby to set tip time or suttee tracks may be able to have plans faxed or
reduced sets may he mailed to scriously itttereste d bidders only.
............_.�
F'LAGG BUILDING [MI'l2OVEMENTS
1420 Central Blvd., Brentwood, CA 9451;3
(92 16-2206 (925) 516-110
s Dail
wool
1'tc ttil'tn761� , Nci'l�c�ndlO401' ',I)CCiul i+1tiur.tticc t'ccltitiretttcttt,�(��t �rul -
C`kmtra t
Attachment 2
NOTES FROM CONTRA COSTA COUNTY VISIT/FILE ACCESS 4/30/04
1 reviewed two files, the 651 Pine Street 12th Floor Remodel—we were second
place bidder but were awarded the project and Richmond Pharmacy Relocation —
we were third place bidder and were again awarded the project. They refused to
allow me to see the current job file, Labor/Delivery Room at CC Hospital, which
according to their governing law supersedes the Public Contract Cade whereby
the filed does not become public until after award. Here's an overview of what I
learned --
Pine Street:
Englinger was low bidder--$58,080
Their good faith consisted of a
Pacific builders ad, with no EEO, nor bond or insurance statement;
Five (5) only faxed requests to subs
Phone record, which was a statement from them that each follow up was, either
a busy signal or an answering machine
No spread sheet comparing bids
No copies of Sub bids
A May 21 letter from CCC to Engindger stated that
They did not attend the pre-bid meeting
Ad was not posted 10 days prior to bid date
Failed to list areas of work for subs
Failed to request assistance from Organizations
There is a handwritten evaluation (which appears to be by Emma) giving them 71
points.
FBI was second —
Younger Wunar was third and submitted no good faith
CIE was fourth at$79,800 but was not asked for good faith
Affirmative Action Form Analysis— By Emma dated May 21
Item Englindger Rating FBI Rating
Attend Prebid 0 10
Sufficient work for subs 13 13
Advertisement 0 9
Written Notices to subs 0 10
Follow up with subs 10 10***
Advise subs of plans/specs avail 5* 5
......................................
Contact placement agency 0 10(calptac only no subnet)
Negotiated in good faith 26** 26
Bonds, lines of credit etc 7* 7
fit pts 'IOD pts
*the ad was not good so how could they get points for advising location of plans
and specs and same applies for bonds, lines of credit
**Received full 26 points when they show no competition for the three major subs
(whereby they are saying they g4no other bids)for flooring, doors and drywall.
***NOT ALL SUSS WERE CALLED ONLY 213 BUT WE WERE GIVEN ALL
POSSIBLE POINTS
A separate document with no date relays to the General Services Department
that we had only 78 points.
Richmond Pharmacy Relocation.
Low CBD $102,300
2"d Younger Wunar $107,500
3`d FBI $121,727
NOTE: There is a letter to the Board of Supervisors by Barton Gilbert dated May
28, that states CBC complied with adequate good faith and WAIVES (in bold)
any irregularities in their outreach. — Not sure why this didn't fly with the Board of
Supervisors -there's no documentation.
June 14 a letter was sent to CBC stating they did not comply with outreach (we
were cc'd so should have a copy in the file)
July 1, a letter to Younger Wunar was sent stating they did not comply with
outreach (we were ce'd so should have a copy in the file) --Younger Wunar
appealed and it was denied. You will also note there is a memo that Younger
had not turned in their good faith within the three days but CC accepted and went
through the evaluation/letter writing process. (Bids were due 519 and as of 5/15
Younger had not provided outreach)
There are two undated summaries of evaluation stating:
FBI 83 points, CBC 0, Younger 0
FBI 80 points, CBC 0, Younger 0
There's a sticky on
this form from a Pam
who rates FBI 90
Affirmative Action Form Analysis - By Emma dated May 17 +10
Item CBC Rating FBI Rating
Attend P'rebid 0 10
Sufficient work for subs 0 13
Advertisement 0 9
Written Notices to subs 0 10
Fallow up with subs 0 0 (none by us)
Advise subs of plans/specs avail 0 0*
Contact placement agency 0 0**
Negotiated in good faith 0 26
Bonds, lines of credit etc 0 7
0 pts 80 pts;
*States "no document submitted" but there is a Regis trade and focus ad
copy printed within guidelines. There is also a Ca1PTac ad.
**Recruitment has CalPTac next to as comments but no points for this. We
also submitted documentation of assistance by SubNet and CA DGS.
There is a "draft" of this AA Form hand filled out by Emma giving us 54
points total—it appears to then go to Pam (?) for review that put us at 80
and then 90+10
As you can see clearly they are rating these on a whim with no consistency—
We don't knew our points yet for Labor/Delivery.
What I know is that we can get a look at the file"after award". We cannot look at
the file if there is pending litigation. I suggest we appeal to the Board of
Supervisors on May 4 — 10:00 am and view the file that day if they award to
Rosa.
I have asked John Robinson of ABG to help us investigate the protest process if
the Board of Supervisors makes the award.
Thoughts?
40000
April 29, 2004
Fax&Certified
70031010000296978700
Mr. Scott Tandy
Contra Costa County
Office of the County Administrator
651 Fine Street, I& Floor
Martinez, CA 94553-1229
RE: Labor Delivery Room at CCRMC
Dear Mr. Tandy:
We are in receipt of your letter and briefly provide the following comments:
Indicator 4: You are correct that the advertisement in Regis omitted our policies
on bonding and insurance it covered every other aspect. Our advertisement
placed with Blue Book, MBDA and California DGS did not omit ease items.
However, keeping in mindthe requirement of Division E states "it should
Include „ bond, lines of credit etc." not"It must..." as it does in the first line of
the Note regarding the advertisement specks (i.e. project location) and further
as stated in the last line of this same paragraph--copy which is attached and
highlighted --our advertisement in no way excluded or Limited the number of
potential respondents as represented in our letter of April 20, 2004. To say our
advertisement is different is incorrect--there were two separate advertisements
submitted. (9 possible points)
Indicator 5: You state we did not provide proof -we provided copies of
phonelfax records and even wrote the company's name next to the
fax/phone number as requested. Yes, we called over 57% not 100%. Our ad
provided to these phonetfax covered our policies on bonding and insurance.
Therefore are you stating we lost all points? (10 possible points)
Indicator 6: States provide documented efforts to follow-up on initial solicitations.
We provided this as noted in Indicator 5 above (10 possible points)
Indicator 8: We contacted the Minority Business Development Agency nand
placed an ad more than 16 days prior to the bid due date, which you were
given a copy of the ad and Mr. Will Houston of MDBA has called Emma Kuevor
to confirm this ad. We also contacted The Blue Book and placed ars ad, which
supports the placement of these businesses types as listed. We further
contacted California DGS--they are on your list—they do not place ads but we
www.flagtL uilding.com Lie. #621004 (925)516-2206 ph
were able to download their list and utilized this list in faxing/phoning. (You have
copies of all of this information.) - How can we have no points for this? (10
possible points)
It seems to me that your pointing system is very subjective whereby allowing the
evaluator to give a possible of 1 to 10. You also state in your letter that you do
not take good faith information/clarification as part of the appeal but take good
faith documentation after the original submission, why is there a difference?
Prior Awards: We have not changed our steps, contact companies or any other
processes since the implementation of this good faith program by Contra Costa
County in 1997 and have won not just the two projects mentioned in your letter
but several others with the same good faith documentation (or every less) than
provided with this job. We have clearly reviewed the specification books
(particularly Division E) of these previous awards and there has been no change
in requirement. Further Emma Kuevor confirmed this inquiry. We are sure this
prior good faith and outreach performance is very relative to the steps taken to
consider us for this project.
To find us non-responsive is not possible— as stated in our April 20 letter and in
the foregoing we believe that we are entitled to award of this project.
Additionally we asked specific questions in our April 29 letter which you have
failed to answer (How we were rated, Emma Kuevor's statement that we were
discounted points for not sending our invitations certified mail, our point total,
etc...), therefore we are attaching a CA Public Records Request for this
information as well as additional information to assist us in further evaluation of
our claim.
Thank you for your time and we look forward to your prompt response to this
information.
Regards,
Flagg Building Improvements
Diana L. Bonnett
General Manager
Cc: John Sweeten, County Administrator
Barton J. Gilbert, Director, General Services Department
Silvan Marches, County Counsel
Rob Lim, Capital Projects Manager, General Services Dept.
John Robinson, President, ABC
Governors Office of the Small Business Advocate
www.flaggbuildinq_com Lic. #621004 (925)516-2206 ph
t
Board of Supervisors Re. item C.56
We do not agree with the recommendation of the award of contract to RoSa
Construction as the lowest responsible bidder for the Labor/Delivery Construction
at CCC Regional Medical Center for the following reasons:
1. Flagg Building Improvements has review previous CCC AAO files and
found inconsistencies in rating under good faith
2. FBI met the requirements of the good faith/as we have always done since
the implementation of the program in 1998
3. The affirmative action office has been uncooperative and evasive as to the
rating of FBI; Did not recognize or award points for using programs for
assistance such as the MBDA, SubNet by SBA, The Blue Book and CA
DGS
4. Verbally denied our written request to see our rating; promised in writing
but did not receive
5. If awardedto RoSa , a protest will be filed.
CONS10mm.
April 29, 2004
Fax&Certified
70031010000296978700
Mr. Scott Tandy
Contra Costa County
Office of the County Administrator
651 Pine Street, I& Floor
Martinez, CA 94553-1229
RE: Labor Delivery room at CCRMC
Dear Mr. Tandy:
We are in receipt of your letter and briefly provide the following comments:
Indicator 4: You are correct that the advertisement in Legis omitted our policies
on bonding and Insurance it covered every other aspect. Our advertisement
placed with Blue Book, MBDA and California DGS did not omit these Items.
However, keeping in mind the requirement of division E states"it should'
Include , bond, lines of credi
were able to download their list and utilized this list in faxing/phoning. (You have
copies of all of this information.) - How can we have no points for this?(10
possible points)
It seems to me that your pointing system is very subjective whereby allowing the
evaluator to give a possible of 1 to 10. You also state in your letter that You do
not take good faith information/clarification as part of the appeal but take good
faith documentation after the original submission, why is there a difference?
Prior Awards: We have not changed our steps, contact companies or any other
processes since the Implementation of this good faith program by Contra Costa
County in 1997 and have won not just the two projects mentioned In your letter
but several others with the same good faith documentation (or even less)than
provided with this job. We have clearly reviewed the specification books
(particularly Division E) of these previous awards and there has been no change
in requirement. Further Emma Kuevor confirmed this inquiry. We are sure this
prior good faith and outreach performance is very relative to the steps taken to
consider us for this project.
To find us non-responsive is not possible— as stated in our April 20 letter and in
the foregoing we believe that we are entitled to award of this project.
Additionally we asked specific questions in our April 20 Tetter which you have
failed to answer(Now we were rated, Emma Kuevor's statement that we were
discounted points for not sending our invitations certified mail, our point total,
etc...), therefore we are attaching a CA Public Records Request for this
information as well as additional information to assist us in further evaluation of
our claim.
Thank you for your time and we look forward to your prompt response to this
information.
Regards,
fig �e�iJdtn v ant
Diana L. Bonnett
General Manager
Cc: John Sweeten, County Administrator
Barton J. Gilbert, Director, General Services Department
Silvana Marches, County Counsel
Rob Lim, Capital Projects Manager, General Services Dept.
John Robinson, President, ABC
Governors Office of the Small Business Advocate
w w.f1aggbui!4ing:com Lic. #621004 (925)516-2206 ph
DIVISION E. Outreach Program/Mandatory Subcontracting Mininwn>lAffrtnative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
r4_1 ADVERTISEMENT 9 points �r
Not less than ten (10) 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.
Re umenta : A c vertisement and a licatid ent or
ther veri illation which co s the date the isement published.
Note: The adve9is!riient must be specific to the ro'ect, not generic, and may not be a plan
holder advertisement providecby the publication. It sliciu include the County project mine,
name of bidder, areas of work available for subcontracting, an a contact person's name and
telephone number, information on the availability of plans and specifications and the bidder's
' policy concerning assistance to subcontractors in obtaining bonds, lines of credit, and/or
insurance. Consideration will be given to the wording of the advertisement to ensure that it did
f not exclude or seriously limit the number of potential respondents.
�-
f
O U I°I'II Rte+ 10 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, 'MES, OBEs,
SBEs, L.BEs, and DVBEs having an interest in participation in the selected work items. All
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, VWBEs, OBEs, SBI s,
LBEs, and DVBEs 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 all recipients will suffice. .Faxed ,
copies must include the fax transmittal confirmation slip showing the date and time of\Y�7
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 o
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;with bonds, lines of
credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
CERTIFICATION AGENCIES
(Bidders should contact the agencies listed in Paragraph D.1 above to obtain current copies of
MBEIW BE directories for listings of certified MBE/WBE firms.)
6 FOLLOW-UP C)IV IN�'I`IAL SULICI'I'A`I'IC?I�l 10 PoinEs
14�Ltlft3l2500324103LO24048x.doc (Rev. 2/22102) DIVISION E - 9
Apri130, 2004
Ms. Pat Burke
Mr. Scott Tandy
Contra Costa County
once of the County Administrator
651Pine Street, 10' Floor
Martinez, CA 94553.1229
RE: Public Contract Act Request—California Government Code 6251
Dear Ms. Burke and Mr. Tandy:
This shall serve as a courtesy notice that under the Public Contract Act California
Government Cedes 63251-6523 Flagg Building Improvements will be in your
offices today during regular business hours to access the files that contain the
outreach and award information for the Contra Costa County Department of
General Services`following projects:
0927-WH631 B—CC'RMC Labor/Delivery Roam (Bid and Rebid
Files)
0927 WS1B Richmond Health Center Pharmacy Relocation
0928-WH176K-12th Floor Remodel-County Administration Bldg
If for some reason these records are not available today at 10:00 am in the
morning, please contact me immediately to discuss an alternate time. I can be
reached at(925)516.2206. Thank you.
aids,
FIV uildirtg I rovements
Dian onn
General'Manager
www.flactgbuildinp.com Lic. #621004 (925)516-2206 ph
FLAGG BUILDING IMPROVEMENTS
GENERAL CONTRACTOR LIC. #621004
April 20,2004 BRENTWOOD,CALIFOOMA 94513
(925)516-2206 PLEASANTON(925)427-1605
ACT 1 .Ji,":1
Ms. Emma Kuevor Via Fax: 925-646-1353 APR 2 2 2004
Affirmative Action Office Certified Mail#70021000000572498278
Contra Costa County
651 Pine Street, 10'h Floor
Martinez, CA 94553-1229
RE: Construct a Labor Delivery Room at the Contra Costa Regional
Medical Center,2500 Alhambra.Avenue, Martinez-APPEAL
Dear Ms. Kuevor:
We are in receipt of your letter dated April 19, 2004 regarding the good faith
documentation submitted by our firm and would like to address the following issues:
In Paragraphs 1, 2 and 5 you state the same reasons for denial—but you will note
that in our request to the MBDA and advertisement with Blue Book state no
bonds are required by the subcontractors. The MBDA ad also offers assistance
for bonding, bid prep, finance etc (please see attached a copy of some sample ads
just like the one we placed). The advertisement faxed and e-mailed (copy
attached) again addresses these issues.
The only item, which it was inadvertently omitted, was in the Regis Ad. You will
also note that Contra Costa County has no special insurance requirements on this
project(such as a waiver or subrogation, all-risk etc.) of the General Contractor so
its not feasible for Flagg Building Improvements or any other bidder to expect to
pay this non-existent cost of a subcontractor. As a licensed construction trade
company for the State of California,they must carry the minimum insurance to
operate a business. All subcontractors before consideration or rejection are
verified through the CSLB to have the minimum insurance requirements; we can't
use them if this is not in place. Flagg Building Improvements doesnot offer lines
of credit, never has and never have addressed this issue in any ad for Contra Costa
County or any other agency.
The second line of item 2 states that notices were not provided by one of the
"acceptable methods" - We searched the specification book and cannot find that
there is any form of notification that is "more acceptable than another"—please
further explain in writing or identify where this item is located and how you
determined a point deduction on this factor.
Page 2of
April 20, 2004
Item 3,states we did not follow up on all firms. You will note and as we
discussed,we solicited directly via email and/or fax over 130 firms. We followed
up with calling 69 firms. Again, as we explained to you, some firms were
determined after notification that they were too far from the site,had a discipline
not applicable to this particular job,were a competitor(or General Contractor)or
would be performing the scope of work that was later identified to be completed
by Flagg Building Improvements. Yes, we did not contact all, but are you stating
we are loosing all points or that we should just contact fewer subcontractors to
minimize opportunities in order to maximize points? When we inquireddirectly
to you the minimum number of companies we needed to contact, you refused to
give us an answer.
Item 4,our request with the Blue Book went not only to the companies we
selected but as a condition of using this program,they are allowed post our ad to
all companies. (If you are not familiar, The Blue Book provides bath free and
paid advertisement for all disciplines of construction—therefore reaching out to
all construction firms in the Northern California Region no matter their
certification status or lack there of.) secondly we did submit a request to the
MBDA who then identifies and solicits firms also throughout Northern California,
which have certifications in all disciplines. And lastly, we obtained a listing
from the State of California, DGS to utilize for the recruitment of firms via email
and fax.
Emma, as you may know and as stated in your project manual the Bidder must
take affirmative steps... and will be determined by level of effort put into
achieving the indicators. Being a MBE, WBE, SDBE, SBE, LBE our goal is
always to take steps to achieve 100 points. We have worked successfully with
Contra Costa County's Affirmative Action Program since its inception and have,
since 1997,completed at least six projects under this program which you verified
has not changed and again, our good faith was completed for these six projects
just as it was with this particular one.
In fact, we were afforded a job in 2003 being the third bidder based'on performing
the same or good faith set forth in this project. We cannot fathom why you have
come to the conclusion as provided in your letter and are truly shocked as we look
over copies of previously approved good faith packages accepted by your
division. We can only surmise that some sort of error has been made and request
that you re-evaluate the documentation provided.
We also request that you provide to us the "calculation" of our firm's points.
(Since only 75 are required, we are entitled to see your"deductions").
www.flagp,buildinp,.com Lic. 4621004 (925)516-2206
Page 3 of 3
April 20, 2004
Lastly, Emma you stated in our phone conversations that"Flagg didn't do things
the way other contractors do" and I am not sure what that meant. Ibelieve your
tone and phone call came across very adversarial,which concerned,my office and
me and seemed as though your division was looking for a way to disqualify our
firm. I am sure that is not the case but again appeared to be handled in that
manner.
We believe in the Good Faith Program as a good opportunity to provide work to
small, disadvantaged,minority, etc. firms. Our company holds and has held for
the past four years a position on the SBA 8(A)/SDB board working,among other
things to ensure these types of programs continues. We don't take the easy route,
we take a reasonable and proactive route to meeting our client's goal as we did
and have always done for Contra Costa County General Services.
We also believe the program is about an equal balance of Good Faith but also
keeping the costs of these programs within reason for the bidders. As you
mentioned--your preferred method is certified mail—well our response to that is
--why? At$4.42 per piece (not to mention killing trees) is it a better program to
mail minimal letters out or to utilize the less expensive yet equally as reliable
communication methods? When we spoke I got the feeling that it really wasn't
about getting opportunities out - it was about a process which is unfortunate
because we truly believe the Contra Costa County Board of Supervisors and
everyone at Contra Costa County wants it to be about opportunities.
Thank you for you time and we look forward to the prompt receipt of the
requested items.
Sincerely,
4GG BUILDING I1t QTS
Diana nnett
General Manager
Cc: John Sweeton,'County Administrator
Scott Tandy, Chief Asst. County Administrator
Barton J. Gilbert, Director of General Services
Silvano Marchesi, County Counsel
Memory Woodard, Associated Builders and Contractors wi4f19104 letter&attach
Will Houston, MBIA w/letter& attach
www.flagizbuildinv-.com Lic. #621004 {925}516-2206
i ii - pp h �ll�i Page I of'2
Close
Opportunity > Offer Overview
Company List Add A Company Search For Company Logout
Offer Overview
Flagg Building Improvements
The following is a summary of the information you have submitted into the Opportunity Database. If you would like to
add or modify any of the information below, please click the"Edit" link corresponding to the section you would like to
edit.
Please keep in mind that for your Opportunity to be complete and active, you must complete the Contact Information,
Offer Information (with today's date falling between the open and close dates), Bond Information, Location
Information, as well as supply at least one SIC or NAILS code.
*
Required Fields
OPPORTUNITY STATUS
Current Status: Active
OPPORTUNITY INFORMATION [Edit)
* First Name: Shelby
* Last Name: Pereira
Telephone: 925-516-2206
Fax: 925-515-1102
Email Address: shelby@naggbuiidir,.g.corn
* Date open. February 26, 2004
* Date Closed: March 15, 2004
* opportunity Title: Labor Delivery Recovery Room, Martinez, CA
Solicitation ID: 0927-WH631B
* Contract Value Amount: $126,000.00
* Estimated Contract Duration: I - 3 Months
Offer Description: General Statement of Work/Sub Work Available:
Carpentry, ceiling, plumbing, fire sprinkler,electrical,
medical gas and air, painting, wall covering,doors and
hardware, flooring and selective demolition.
* Keywords: Construction
* Bond Request: No
Bond AmounX: if Not Specified
* INDUSTRY CODES (Edit)
NAILS: 23542 - Drywall, Plastering, Acoustical, and Insulation Contractors
SIC: 1731 - Electrical Work
1711 Plumbing, Heating and Air-Conditioning
1752 Floor Laying and Other Floor Work, NEC
1795 Wrecking and Demolition Work
itttp://www.inbda.gov/index.efni?fLiseactl()11= 1)1).oppOverview&set v=bWJ1X21kPT 2/27/2004
MIMA Opporttlllity Page 2 oft
3442 - Metal Doors, Sash, Frames, Molding and Trim
1751 Carpentry Work
1721 Painting and Paper Hanging
LOCATION INFORMATION (Edit)
Antioch, California USA
Alamo, California USA
Benicia, California USA
Brentwood, California USA
Byron, California USA L ? �
Clayton, California USA
Concord,California USA L'
Danville, California USA
Dixon, California USA
Dublin, California USA
Fairfield, California USA
Hercules, California USA
Isleton,California USA
Lafayette, California USA
Livermore, California USA
Lodi, California USA
Los Gatos, California USA
Manteca, California USA
Martinez, California USA /1"
Milpitas, California USA
Pittsburg, California USA
Pleasant Hill, California USA
y
Pleasanton, California USA
Richmond, California USA f� /
Rio Vista, California USA
San nose, California USA
Return to Company Details
Thank you for participating in the
Minority Business Development Agency's Opportunity program.
lstill://tivW�%-Ill bda,gov/index.cfin?fuseaction=opp.oppOvervIe�v&set v=bWJ1X21kPTM2M... 2/27/2004
Dbonne fiaggbuildingxom 1
From: oppmatctl@mbda.gov
Sent: Tuesday, Aprll 20, 2(7(34 7:15 AM .
To: 19255161102
Subject; Contract Opportunity!turn MBPA:Opportunity Matching Prograrrrn
The United States Department of commerce Minority Business Development
Agency has identified the .following possible Contract Opportunity for
your business:
ESTIMATED VALUE:
LOCATION: SAN P'EDRO,CA
OPEN DATE: 09-APR-04
CLOSE DATE: 28--APR-04
REP#: 2631
COMPANY: John S. Meek Company, Inc.
PHONE: 3108306323
FAX: 3108352163
E-MAIL ADDRESS:
OFFER DESCRIPTION: Port of Los Angeles, Harbor Department: Berths 93C-94 Boardwalk
This opportunity has been referred based on information provided by the
public and contained in MBDA Phoenix and Opportunity database. Neither
the United States Government,the Department of Commerce, nor the
Minority Business Development Agency warrants the accuracy or validity
of this information. We urge you to exercise due diligen n acting
o .. ?n f o rma t ��..�.------"-
lease v nta^t the company listed above. Then, mon=act the MBDA
Regional office nearest you if you need assistance with finance, `
d pr-o-mrat.ion, bonding, or other services relata no this opportunhj�.
MBDA Atlanta Regional ice: 4) 7_
MBDA Chicago Regional Office: (312) 353-0182
MBDA Dallas Regional office: (214) 767--8001
MBDA New York Regional Office: (212) 204-3262
MBDA Sar, Francisco Regional. Office: (415) 744-3001
Thank you for participating in the MBDA Opportunity Matching Program'.
Donald L. Evans
Secretary
U.S. Department of Commerce
Ronald Langston
Director
Minority Rosiness Development Agency
Please ,send comments or suggestions to:
E-mail : oppmatch@mbda.gov
Fax#: (202) 219-8826
Please reference Match ID 217283.1
You mAy wish to visit http: //www.MyExports.com, a pibLic-private
partnorsh_Lp of the U.S. Department of Commorce. Thoir goal is to
provide U. S. businesses with an exporter referral service that connects
them to t.hn global marketplace.
1
General Contractor
y License NQ.021004
.00
Building
Fid—ggimprovements
00"41.41 Owit"Ottor
REQUEST FOR PROPOSAL/
INVITATION TO B
An(EOE) intends to seriously negotiate with.qualified Sub Bids on All Trades from
Qualified. Subcontractors and suppliers including certified M/W/D DVBE<and LBE for:
LABOR DELIVERY RECOVERY ROOM
2500 Alhambra Avenue, Martinez–Contra Costa County
Bids Due— March 15, 2004 by 4:00p.m.
BIDS RECEIVED AFTER THIS DAY MAY NOT BE ACCEPTED
We do not shop bids but need time to review.
General Statement of Work/Sub Work Available: Carpentry, ceiling,
plumbing, fire sprinkler, electrical, medical gas and air, painting, wall
covering, doors and hardware, flooring and selective demolition
Plans available:
• Purchase plans at Contra Costa County
• For view in our office please call our office at (925) 516-2206 -- Ask for
Shelby to set up time or some trades may be able to have plans faxed or
reduced sets may be mailed to seriously interested bidders only.
FLAGG BUILDING IMP'ROVEMEN'TS
1420 Central Blvd,, Brenhvood, CA 94513
(925 6-2246 (925) 516-11 0
7t ail
r, GOOF
icjvri'i'ciSng Wages apply, i�Io bonding g or speci��l insurance recitiiren�et�tslC�et�er it
Contractor to provide.
Board of Supervisors
Contra
Affirmative alive Action Office Costa John M.Glola
Gaeta 1st District
County Administration Building County Gayle B.Ullkwns
551 Pine Street, 10th Floor 2nd District
Martinez,California W53-1229
(925)335-1045 Millie Greenberg
Fak: (925)646-1353 3rd District
Ekuev@cao.cecounty.us
Mark pe3sutnler
Jahn R.Sweeten 4th District
County Administrator Federal Glover'
5th District
April 19, 2004
Via Fax and Certified Mail, Return Receipt Requested
Flagg Building Improvements
1420 Central Blvd.
Brentwood, CA 94513
Re: Construct A Labor Delivery Room At The Contra Costa Regional Medical Center, 2500
Alhambra Avenue, Martinez For The Health Services Department
Our office has reviewed the bid and good faith effort documentation submitted by your firm.
According to our review, the documentation submitted by your firm shows that you failed to
achieve or adequately document the following steps set forth in Division E of the Project
Specifications:
1. You did submit documentation showing you advertised for sub-bids from
interested business enterprises; however, the advertisement did not state your
policy concerning assistance to subcontractors in obtaining bonds, lines of credit,
and/or insurance;
2. You did submit documentation indicating you sent written notices to
subcontractors; however the written notice did not state your policy concerning
assistance with bonds, lines of credit,and insurance. Additionally, the majority of
notices were sent by email and not by one of the acceptable methods, i.e., fax,
metered mail, or certified mail;
3. You did submit documentation that you followed-up with some firms;however
the requirement is that you follow-up with all subcontractors to whom you sent
letters (your initial solicitations);
4. You did not submit documentation that you requested assistance from
organizations providing assistance in the recruitment and placement of MBEs,
WBEs, OBEs, SBEs, LBEs, and DVBEs;
5. You did not submit documentation of your efforts to advise and assist interested
MBEs, "DBEs, OBEs, SBEs, LBEs, and DVBEs in obtaining bonds, lines of
credit, and insurance required by you or the Counter.
Based upon our review,we have determined that your firm has not documented an adequate good
faith effort to comply with the Outreach Program. 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 second lowest bidder, Rosa Construction, Inc.
Should you disagree with our determination,you may appeal it in writing to the County
Administrator, at 651 fine Street, Martinez, CA 94553. Your appeal must be received at that
address no later than 5:00 p.m. on April 22, 2004, and must describe in detail all facets and
arguments on which you rely.
It is anticipated that the contract will be awarded at the Board of Supervisors meeting on
Tuesday, April 27,2004,which begins at 9:30 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 facts and
arguments set forth in your appeal.
Very truly yours,
Emma Kuevor
Affirmative Action Office
cc: Scott Tandy, Chief
Assistant County Administrator
Barton J. Gilbert, Director
General Services Department
Silvano Marchesi,County Counsel
RoSa Construction,Inc.
2
A:1trflaggConstLabDe1ivRm
........... .... .................
............... ......... .....
ltd a
Co
Board of Supervisors
Aff Irmlative Action Office John M.Glols
Costa I st District
County Administration Building Gayle B.Ullikerna
651 Pine Street, 10th Floor County 2nd District
Martinez, California 94553-1229
(926)335-1045 Millis Greenberg
Fax:(925)646-1353 3rd District
Ekuev@cao.cccounty.us
Mark DaSaulnler
John R.Sweeten 4th District
County Administrator Federal Glover
5th District
April 19, 2004
Via Fax and Certified Mail, Return Receipt Requested
Flagg Building Improvements
1420 Central Blvd.
Brentwood, CA 94513
Re: Construct A Labor Delivery Room At The Contra Costa Regional Medical Center,2500
Alhambra Avenue, Martinez For The Health Services Department
Our office has reviewed the bid and good faith effort documentation submitted by your firm.
According to our review, the documentation submitted by your firm shows that you failed to
achieve or adequately document the following steps set forth in Division E of the Project
Specifications:
1. You did submit documentation showing you advertised for sub-bids from
interested business enterprises; however, the advertisement did riot state your
policy concerning assistance to subcontractors in obtaining bonds, lines of credit,
and/or insurance;
2. You did submit documentation indicating you sent written notices to
subcontractors; however the written notice did not state your policy concerning
assistance with bonds, lines of credit, and insurance. Additionally, the majority of
notices were sent by email and not by one of the acceptable methods, i.e., fax,
metered mail, or certified mail;
3. You did submit documentation that you followed-up with some firms; however
the requirement is that you follow-up with all subcontractors to whom you sent
letters(your initial solicitations);
4. You did not submit documentation that you requested assistance'from
organizations providing assistance in the recruitment and placement of MBEs,
WBEs,OBEs, SBEs,LBEs, and DVBEs;
5. You did not submit documentation of your efforts to advise and assist interested
MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs in obtaining bonds, lines of
credit, and insurance required by you or the County.
Based upon our review,we have determined that your firm has not documented an adequate good
faith effort to comply with the Outreach Program. 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 second lowest bidder,RoSa Construction, Inc.
Should you disagree with our determination, you may appeal it in writing to the County
Administrator,at 651 Pine Street,Martinez,CA 94553. Your appeal must be received at that
address no later than 5:00 p.m. on April 22, 2004, and must describe in detail all facets and
arguments on which you rely.
It is anticipated that the contract will be awarded at the Board of Supervisors meeting on
Tuesday, April 27, 2004,which begins at 9:30 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 facts and
arguments set forth in your appeal.
Very truly yours,
g4't'� -) ���
Emma K.uevor
Affirmative Action Office
cc: Scott Tandy, Chief
Assistant County Administrator
Barton J. Gilbert, Director
General Services Department
Silvano Marchesi,County Counsel
RoSa Construction, Inc.
2
A:ltrflaggConstLabDelivRm
.................................................................... .
..........................
S—a.
FLAGG BUILDING IMPROVEMENT
GENERAL CONTRACTOR LIC.#621004
1420 CENTRAL BI<W.
April 20, 2004 (925)516-2206 EPLAQSAANTCALIFORNIA2417-1605
Ms. Emma Kuevor Via Fax: 925-646-1353
Affirmative.Action Office Certified Mail#70021000000572498278 2004
Contra Costa County
651 Pine Street, 10 Floor
Martinez, CA 94553-1229
RE: Construct a Labor Delivery Room at the Contra Costa Regional
Medical Center, 2500 Alhambra Avenue, Martinez-APPEAL
Dear Ms. Kuevor:
We are in receipt of your letter dated April 19, 2004 regarding the good faith
documentation submitted by our firm and would like to address the following issues:
In Paragraphs 1, 2 and 5 you state the same reasons for denial—but you will note
that in our request to the MBDA and advertisement with Blue Book state no
bonds are required by the subcontractors. The MBDA ad also offers assistance
for bonding,bid prep, finance etc (please see attached a copy of some sample ads
just like the one we placed). The advertisement faxed and e-mailed (copy
attached) again addresses these issues.
The only item,which it was inadvertently omitted, was in the Regis Ad. You will
also nate that Contra Costa County has no special insurance requirements on this
project(such,as a waiver or subrogation, all-risk etc.) of the General Contractor so
its not feasible for Flagg Building Improvements or any other bidder to expect to
pay this non-existent cost of a subcontractor. As a licensed construction trade
company for the State of California, they must carry the minimum insurance to
operate a business. All subcontractors before consideration or rejection are
verified through the CSLB to have the minimum insurance requirements; we can't
use them if this is not in place. Flagg Building Improvements does not offer lines
of credit, never has and never have addressed this issue in any ad for Contra Costa
County or any other agency.
The second lime of item 2 states that notices were not provided by one of the
"acceptable methods" - We searched the specification book and cannot find that
there is any form of notification that is "more acceptable than another"—please
further explain in writing or identify where this item is located and'how you
determined a point deduction on this factor.
Page 2 of 3
April 20, 2004
Item 3,states we did not follow up on all firms. You will note and as we
discussed,we solicited directly via email and/or fax over 130 firms. We followed
up with calling 69 firms. Again, as we explained to you, some firs were
determined after notification that they were too far from the site,had a discipline
not applicable to this particular job, were a competitor(or General !Contractor)or
would be performing the scope of work that was later identified to be completed
by Flagg Building Improvements. Yes, we did not contact all,but are you stating
we are loosing all points or that we should just contact fewer subcontractors to
minimize opportunities in order to maximize points? When we inquired directly
to you the minimum number of companies we needed to contact, you refused to
give us an answer.
Item 4, our request with the Blue Book went not only to the companies we
selected but as a condition of using this program, they are allowed post our ad to
all companies. (If you are not familiar, The Blue Book provides bath free and
paid advertisement for all disciplines of construction—therefore reaching out to
all construction firms in the Northern California Region no matter their
certification status or lack there of.) Secondly we did submit a request to the
BDA who then identifies and solicits firms also throughout Northern California,
which have certifications in all disciplines. And lastly, we obtained a listing
from the State of California, DGS to utilize for the recruitment of firms via email
and fax.
Emma, as you may know and as stated in your project manual the Bidder must
tape affirmative steps... and will be determined by level of effort put into
achieving the indicators. Being a MBE, WBE, SDBE, SBE,LBE our goal is
always to take steps to achieve 100 points. We have worked successfully with
Contra Costa County's Affirmative Action Program since its inception and have,
since 1997,completed at least six projects under this program which you verified
has not changed and again, our good faith was completed for these six projects
just as it was with this particular one.
In fact,we were afforded a job in 2003 being the third bidder based on performing
the same or good faith set forth in this project. We cannot fathom why you have
come to the conclusion as provided in your letter and are truly shocked as we look
over copies of previously approved good faith packages accepted by your
division. We can only surmise that some sort of error has been made and request
that you re-evaluate the documentation provided.
We also request that you provide to us the "calculation" of our firm's points.
(Since only 75 are required, we are entitled to see your"deductions'.').
www,flag-buildiny.com Lic. #621004 (925)5'16-2206
Wage 3 of 3
April 20, 2004
r:
Lastly, Emma you stated in our phone conversations that"Flagg didn't do things
the way other contractors do" and I am not sure what that meant. I believe your
tone and phone call came across very adversarial, which concerned my office and
me and seemed as though your division was looking for a way to disqualify our
firm. I am sure that is not the case but again appeared to be handled in that
manner.
We believe in the Good Faith Program as a good opportunity to provide work to
small,disadvantaged,minority, etc, firms. Our company holds and has held for
the past four years a position on the SBA 8(A)/SDB board working among other
things to ensure these types of programs continues. We don't take the easy route,
we take a reasonable and proactive route to meeting our client's goal as we did
and have always done for Contra Costa County General Services.
We also believe the program is about an equal balance of Good Faith but also
keeping the costs of these programs within reason for the bidders. As you
mentioned—your preferred method is certified mail—well our response to that is
—why? At$4.42 per piece (not to mention killing trees) - is it a better program to
trail minimal letters out or to utilize the less expensive yet equally as reliable
communication methods? When we spoke I got the feeling that it really wasn't
about getting opportunities out-it was about a process which is unfortunate
because we truly believe the Contra Costa County Board of Supervisors and
everyone at Contra Costa County wants it to be about opportunities.
Thank you for you time and we look forward to the prompt receipt of the
requested items.
Sincerely,
GG BUILDING I T.5
Deana onnett
General Manager
Cc: John Sweeton, County Administrator
Scott Tandy, Chief Asst, County Administrator
Burton J. Gilbert;Director of General Services
Silvano Marchesi, County Counsel
Memory Woodard, Associated Builders and Contractors w14I19104 letter&attach
Will Houston,MBDA whetter& attach
www.Ilaggbuilding=corn Lie. 41621004 {925}5,16-2206
V (. 7.X tllilil � 1'agc I of'
Close
Opportunity > Offer Overview
Company List Add A Company Search For Company Logout
Offer Overview
Flagg Building Improvements
The following is a summary of the informations you have submitted into the Opportunity Database. If you would like to
add or modify any of the information below, please click the "Edit" link corresponding to the section you would like to
edit.
Please keep in mind that for your Opportunity to be complete and active, you must complete the Contact Information,
Offer Information (with today's date failing between the open and close dates), Bond Information, Location
Information, as well as supply at least one SIC or NAICS code.
*
Required Fields
OPPORTUNITY STATUS
Current Status: Active
OPPORTUNITY INFORMATION {Edit)
* First Name: Shelby
* Last Name: Pereira
* Telephone: 925-516-2206
Fax: 925-516-1102
Email Address: Shelby@flaggbuiiding.com
* Date Open: February 26, 2004
* Date Closed: March 15, 2004
* Opportunity Title: Labor Delivery Recovery Room, Martinez, CA
* Solicitation ID: 0927-WH631B
* Contract Value Amount: $126,000.00
Estimated Contract Duration: 1 -3 Months
*
Offer Description: General Statement of Work/Sub Work Available:
Carpentry, ceiling, plumbing, fire sprinkler, electrical,
medical gas and air, painting, wall covering, doors and
hardware, flooring and selective demolition.
* Keywords. Construction
* Bond Request: No
Bond Amount: Not Specified
* INDUSTRY CODES (Edit)
NAICS: 23542 - Drywall, Plastering, Acoustical, and Insulation Contractors
SIC. 1731 Electrical Work
1711 Plumbing, Heating and Air-Conditioning
1752 Floor Laying and Other Floor Work, NEC
1795 Wrecking and Demolition Work
hitp:;Iwww.lrlbda.gov/ilidex.c(ill?t'ttseactic)l3=cYPp.aPpOverview&set v—bWJ1X21k£'T2l27/2004
...........................................................................................
..................................................................................................................
.....................................................................................................
....................................................
MODA - 01117()I*f kill]tv Page 2 of'2
3442 - Metal Doors,Sash, Frames, Molding and Trim
1751 Carpentry Work
1721 Painting and Paper Hanging
LOCATION INFORMATION (Edit]
L Antioch, California USA
Alamo, California USA
Benicia, California USA
Brentwood,California USA
Byron, California USA
Clayton, California USA
Concord, California USA 75
Danville, California USA
Dixon, California USA
Dublin, California USA
Fairfield, California USA
Hercules, California USA
Isleton, California USA
Lafayette, California USA
Livermore, California USA
Lodi, California USA
Los Gatos, California USA
Manteca, California USA
Martinez, California USA
Milpitas, California USA
Pittsburg, California USA
Pleasant Hill, California USA
Pleasanton, California USA
Richmond, California USA
Rio Vista, California USA
San Jose, California USA
to Company Details
Thank you for participating in the
Minority Business Development Agency's Opportunity program.
1lttP.//Wwv,.mbda.gov/index.cfln?fuseaction=opp.oppOverview&set--v=bWJ I X2 I kPTM2M.,. 2/27/2004
.............................. ...............
...................................................
...............................
.......................................
Dbonne#@flaggbuilding.com
From: oppmatch�',a7mbda.gov
Sent: Tuesday, April 2,0, ?004 7:15 AM �✓
To: 9255161102
Subject: Guntract Opportunity from MBDA.Opportunity Matching Program
The United States Department of Commerce Minority Business Development)
Agency has identified the following possible Contract Opportunity for ( `•�
your business:
ESTIMATED VALUE:
LOCATION: SAN PEDRO,CA
OPEN DATE: 09-APR-04
CLOSE DATE: 28-APR-04
RFP#: 2631
COMPANY: John S. Meek Company, Inc.
PHONE: 3108306323
FAX: 3108352163
E-MAIL ADDRESS:
OFFER DESCRIPTION: Port of Los Angeles, Harbor Department: ?Berths 93C-94 Boardwalk
This opportunity has been referred based on information provided by the
public and contained in MBDA Phoenix and Opportunity database. Neither
the United States Government,the Department of Commerce, nor the
Minority Business Development Agency warrants the accuracy or validity
of this information. We urge you to exercise due diligen n acting
a: nformat �-
lease c ntact the company listed above. Then, contact the MBDA
Regional Office nearest you if you need assistance _th finance, l
d preparation, bonding, or other services relatet to this opportunfQ.
MBDA Atlanta Regional v� sce: 04) 7
MBDA Chicago Regional Office: (312) 353-0182
MBDA Dallas Regional Office: (214) 767--8001
MBDA New York Regional Office: (212) 264-3262
MBDA San Francisco Regional Office: (=115) 744-3001
Thank you for participating in the MBDA Opportunity `latching Program.
Donald L. Evans
Secretary
U.S. Department of Commerce
Ronald Langston
Director
Minority Business Development Agency
Please send comments or suggestions to:
E-mail : oppmatch@mbda.gov
Fax# : (202) 219-8826
Please reference Match ID 2172833
You may w.0h to visit http: llwww.MyExports .�om, a pablic-private
parLne ship of the U.S. Department of Commerce. Their goal is to
provide P.S. businesses with an exporter referral service that: connects
Chem Lo the global marketplace.
1
General Contractor
x :W License No. 621004 .
Building
`Fla Improvements
9
K araarul Contractor
REQUEST PCXR PROPOSAL/
INVITATION TO BID
An(EOE) intends to seriously negotiate with qualified Sub Bids on All Trades from
Qualified Subcontractors and suppliers including certified M/W/D/DVBE'and LBE for:
LABOR DELIVERY RECOVERY ROOM
2500 Alhambra Avenue, Martinez—Contra Costa County ZL
Bids Due — March 15, 2004 by 4:00p.m.
BIDS RECEIVED AFTER THIS DAY MAY NOT BE ACCEPTED
We do not shop bids but need time to review.
General Statement of 'Work/Sub Work Available. Carpentry, ceiling, '
plumbing, fire sprinkler, electrical, medical gas and air, painting, wall
covering, doors and hardware, flooring and selective demolition
Plans available:
• Purchase plans at Contra Costa County
« For view in our office .lease call our office at 925 .516-2206 — Ask for
p { }
Shelby to set up time or some trades n-iay be able to have plans faxed or
reduced sets may be mailed to seriously interested bidders only.
FLAGG BUILDING IMPROVEMENTS
1421 Central Blvd., Brentwood, CA 94513
(925 16-2206 (925) 516-110
st ail
Prevailing Wages apply, No hondirto or special instirance requirerne«ts/General
Contractor to provide.
FLAGG BUILDING IMPROVEMENT
GENERAL CONTRACTOR LIC.#621004
142tJ�Ef�`tI�J#I;, ifi).:.
April 20, 2004 BRENTWOOD,CALIFORMA 94513
(925)516-2206 PLEASANTON(925)417-1605
Ms. Emma Kuevor Via Fax: 925-646-1353 APR 2 2 2004
Affirmative Action Office Certified hail#70021000000572498278
Centra Costa County
651 Pine Street, 10`h Floor
Martinez, CA 94553-1229
RE: Construct a Labor Delivery Room at the Contra Costa Regional
Medical Center, 2500 Alhambra Avenue, Martinez-APPEAL'.
Dear Ms. Kuevor:
We are in receipt of your letter dated April 19, 2004 regarding the good faith
documentation submitted by our firm and would like to address the following issues:
In Paragraphs 1, 2 and 5 you state the same reasons for denial—but you will note
that in our request to the MBDA and advertisement with Blue Book state no
bonds are required by the subcontractors. The MBDA ad also offers assistance
for bonding, bid prep, finance etc(please see attached a copy of some sample ads
just like the one we placed). The advertisement faxed and e-mailed (copy
attached) again addresses these issues.
The only item, which it was inadvertently omitted, was in the Regis Ad. You will
also note that Contra Costa County has no special insurance requirements on this
project(such as a waiver or subrogation, all-risk etc.) of the General Contractor so
its not feasible for Flagg Building Improvements or any other bidder to expect to
pay this non-existent cost of a subcontractor. As a licensed construction trade
company for the State of California, they must carry the minimum insurance to
operate a business. All subcontractors before consideration or rejection are
verified through the CSLB to have the minimum insurance requirements; we can't
use them if this is not in place. Flagg Building Improvements does not offer lines
of credit, never has and never have addressed this issue in any ad for Contra Costa
County or any other agency.
The second line of item 2 states that notices were not provided by one of the
"acceptable methods" - We searched the specification book and cannot find that
there is any form of notification that is "more acceptable than another"—please
further explain in writing or identify where this item is located and how you
determined a point deduction on this factor.
Page 2 of 3
April 20,2004
?i
Item 3, states we did not fallow up on all firms. You will nate and as we
discussed,we solicited directly via email and/or fax over 130 firms. We followed
up with calling 69 firms. Again, as we explained to you, some firms were
determined after notification that they were too far from the site, had a discipline
not applicable to this particular job,were a competitor(or General Contractor)or
would be performing the scope of work that was later identified to be completed
by Flagg wilding Improvements. Yes, we did not contact all, but are you stating
we are loosing all points or that we should just contact fewer subcontractors to
minimize opportunities in order to maximize points? When we inquired directly
to you the minimum number of companies we needed to contact, you refused to
give us an answer.
/tern 4, our request with the Blue Book went not only to the companies we
selected but as a condition of using this program,they are allowed post our ad to
all companies. (If you are not familiar,The Blue Book provides both free and
paid advertisement for all disciplines of construction—therefore reaching out to
all construction firms in the Northern California Region no matter their
certification status or lack there of.) Secondly we did submit a request to the
MBDA who then identifies and solicits firms also throughout Northern California,
which have certifications in all disciplines. And lastly, we obtained a listing
from the State of California, DGS to utilize for the recruitment of firms via email
and fax.
Emma, as you may knew and as stated in your project manual the Bidder must
take affirmative steps... and will be determined by level of effort put into
achieving the indicators. Being a MBE, WBE,SDBE, SBE,LBE our goal is
always to take steps to achieve 100 paints. We have worked successfully with
Centra Costa County's Affirmative Action Program since its inception and have,
since 1997, completed at least six projects under this program which you verified
has not changed and again,our good faith was completed for these six projects
just as it was with this particular one.
In fact, we were afforded a job in 2003 being the third bidder based on performing
the same or good faith set forth in this project. We cannot fathom why you have
come to the conclusion as provided in your letter and are truly shaded as we look
over copies of previously approved good faith packages accepted by your
division. We can only surmise that some sort of error has been made and request
that you re-evaluate the documentation provided.
We also request that you provide to us the "calculation"of our firm's points.
(Since only 75 are required, we are entitled to see your"deductions").
www.flay,gbuilding.com Lic. #621004 (925)516-2-206
Page 3 of 3
April 20, 2004
Lastly, Emma you stated in our.phone conversations that"Flagg didn't do things
the way other contractors do"and I am not sure what that meant. I believe your
tone and phone call came across very adversarial,which concerned my office and
me and seemed as though your division was looking for a way to disqualify our
firm. I am sure that is not the case but again appeared to be handled in that
manner.
We believe in the Good Faith Program as a good opportunity to provide work to
small,disadvantaged,minority,etc. firms. Our company holds and has held for
the past four years a position on the SBA 8(A)ISDB board working among other
things to ensure these types of programs continues. We don't take the easy route,
we take a reasonable and proactive route to meeting our client's goal as we did
and have always done for Contra Costa County General Services.
We also believe the program is about an equal balance of Good Faith but also
keeping the costs of these programs within reason for the bidders. As you
mentioned—your preferred method is certified mail—well our response to that is
—why? At$4.42 per piece(not to mention killing trees) - is it a better program to
mail minimal letters out or to utilize the less expensive yet equally as reliable
communication methods? When we spoke I got the feeling that it really wasn't
about getting opportunities out - it was about a process which is unfortunate
because we truly believe the Contra Costa County Board of Supervisors and
everyone at Contra.Costa County wants it to be about opportunities.
Thank you for you time and we look forward to the prompt receipt of the
requested items.
Sincerely,
4GG BUILDINGI1�� 3�E� TS
Dianaonett
General Manager
Cc: John Sweeton, County Administrator
Scott Tandy,Chief Asst. County Administrator
Barton J. Gilbert, Director of General Services
Silvano Marchesi,County Counsel
Memory Woodard,Associated Builders and Contractors wr4/19/04 letter&attach
Will Houston,MBDA whetter& attach
www.flagg_building.co Lic. #621004 (925)5'16-2206
ti tC) 6PPOrtuItit` !'rtgc 1 o1'2
Close
Opportunity > Offer Overview
Company List Add A Company Search For Company Logout
Offer Overview
Flagg Building Improvements
The following is a summary of the information you have submitted into the Opportunity Database. If you would like to
add or modify any of the information below, please click the "Edit" link corresponding to the section you would like to
edit.
Please keep in mind that for your Opportunity to be complete and active, you must complete the Contact Information,
Offer Information (with today's date falling between the open and close dates), Bond Information, Location
Information, as well as supply at least one SIC or NAICS code. ......
* Required fields
OPPORTUNITY STATUS
Current Status Active
OPPORTUNITY INFORMATION (Edit)
* Furst Name: Shelby
* Last Name: Pereira
Telephone: 925-516-2206
Fax: 925-516-1102
Email Address. shelby@flaggbuiiding.com
* Date Open: February 26, 2004
* Bate Closed: March 15, 2004
* Opportunity Title: Labor Delivery Recovery Room, Martinez, CA
* Solicitation ID: 0927-WH631B
* Contract Value Amount: $126,000.00
* Estimated Contract Duration: 1 - 3 Months
* Offer Description: General Statement of Work/Sub Work Available;
Carpentry, ceiling, plumbing, fire sprinkler, electrical,
medical gas and air, painting, wall covering, doors and
hardware, flooring and selective demolition..
* Keywords: Construction
* Bond Request: No
Bond Amount: Not Specified
INDUSTRY CODES (Edit)
NAILS: 23542 -Drywall, Plastering, Acoustical, and Insulation Contractors
SIC: 1731 - Electrical Work
1711 Plumbing, Heating and Air-Conditioning
1752 Floor Laying and Other Floor Work, NEC
1795 Wrecking and Demolition Work
}ittp://Lvww.inbtia_gDvlinelt'x.cf'lii?!•tiscactioli-0()#).<3ppC}verview&set_v=bWJlX2lkf'7` 2/27/2004 r
N111DA - 0l)l)0lrttill ity Page 2 of 2
3442 - Metal Doors, Sash, Frames, Molding and Trim
1751 - Carpentry Work
1721 - Painting and Paper Hanging
* LOCATION INFORMATION (Edit)
Antioch, California USA �.
Alamo,California USA
Benicia,California USA
Brentwood, California USA
Byron, California USA ?�
Clayton, California USA
Concord, California USA
Danville,California USA
Dixon, California USA
Dublin, California USA
Fairfield, California USA
Hercules, California USA
lsleton, California USA
Lafayette, California USA
Livermore, California USA
Lodi, California USA
Los Gatos, California USA
Manteca, California USA
Martinez, California USA
Milpitas, California USA
Pittsburg, California USA
Pleasant Hill, California USA
Pleasanton, California USA
Richmond, California USA
Rio Vista, California USA
San Jose, California USA
Return to Company Details
Thank you for participating in the
Minority Business Development Agency's Opportunity program.
http:!t�vw�ti.illbda.gov/index.cfin?fuseaction=opp.oppOvetvlew set v=b WJ)X21kPT'M2M... 2/27/2004
Dbonnott@ftaggbuilding.com
Front: oppmatchambda.gov
sent: Tuesday, April 20,2PP4 7:15 AM .
To: J25516 11t2
Subject: Ct�nkract Qpportunity from MBA.
dU}porkunity Matching Program
N.t
The United States Department of Commerce Minority Business Developmentt
Agency has identified the following possible Contract opportunity for
your business:
ESTIMATED VALUE:
LOCATION: SAN PEDRO,CA
OPEN DATE: 09-APR-04
CLOSE DATE: 28-APR-04
RFP#: 2631
COMPANY: John S. Meek Company, Inc.
PHONE: 3108306323
FAX: 3108352163
E-MAIL ADDRESS:
OFFER DESCRIPTION: Port of Los Angeles, Harbor Department: Berths 93C-94 Boardwalk
This opportunity has been referred based on information provided by the
public and contained in MBDA Phoenix and Opportunity database. Neither
the United States Government,the Department of Commerce, nor the
Minority Business Development Agency warrants the accuracy or validity
of this information. We urge you to exercise due ;liligen n acting
lease c ntaat the company listed above. Then, ::on`act the MBDA
Regional office nearest you if you need assistance with finance,
d preparation, bonding, or other services relate^ to this opportuny.
MBDA Atlanta Region�lf�ic 4)7
MBDA Chicago Regional Office: (312) 353-0182
MBDA Dallas Regional Office: (21.4) 767-8001
MBDA New York Regional Office: (212) 261-3262
MBDA San Francisco Regional. Office: (415) 744-3001
Thank you for participating in the MBDA Opportunity Matching Program.
Donald L. Evans
Secretary
U.S. Department of Commerce
Ronald Langston
Director
M.inoricv Business Development Agency
Plea3e sand cOmmeHts or suggestions to:
E-mail : oppmatch@mbda.gov
Fa`# : ( n2) E19-8826
Please reference Match ID 211283.1
You may wish to visit http: r;www.MyExports .com, a pi.h4c:-private
partnor:hip of the U.S. Department. cit Commerce . Thair goal is to
provide. U. S. businesses with an exporter referral service that connects
them to the global marketplace.
r
General Contractor
rF� fi
Licer se Nes. 621004
BuildingImprovements
gg
(Urorsl'C motor
REQUEST POR PROPOSAL/
INVITATION TCS BID
An(EOE) intends to seriously negotiate with qualified Sub Bids on All Trades from
Qualified. Subcontractors and suppliers including certified M/W/D/DVBE and LBE for:
LABOR DELIVERY RECOVERY ROOIV ZL
2500 Alhambra Avenue, Martinez —Contra Costa County
Bids Due — March 15, 2004 by 4:00p.m.
BIDS RECEIVED AFTER THIS DAY MAY NOT BE ACCEPTED �3
We do not shop bids but need time to review.
General Statement of Work/Sub Work Available: Carpentry, ceiling,
plumbing, fire sprinkler, electrical, medical gas and air, painting, wall 14Z:Z:h�
covering, doors and hardware, flooring and selective demolition
Plans available:
• Purchase plans at Contra Costa County
• For view in our office please call our office at (925) 516-2206 -- Ask for
Shelby to set up time or some trades may be able to have plans faxed or
reduced sets may be mailed to seriously interested bidders only.
FLAGG BUILDING IMPROVEMENTS
1420 Central Blvd., Brentwood, CA 94513
(92 16-2206 (925) 516-110 `
` st ail
Prevailing Wages apply, No bonding or special insurance requirements/General'
Contractor to provide.
Contra Board of Supervisors
Affirmative Action Office Costa
Oct'' John M.Glcs:fa
I st District
County Administration Building Gayle S.Ullkema
651 Pine Street, 10th Floor County 2nd District
Martinez,California 94553-1229
(925)335-1045 Millie Greenberg
Fax:(925)646-1353 3rd District
Ekuev@cao.cccounty.us
Mark DeSauinler
John R.Sweeten 4€h District
County Administrator Federal Glover
5th District
April 19,2004
Via Fax and Certified Mail,Return Receipt Requested
Flagg Building Improvements
1420 Central Blvd.
Brentwood, CA 94513
Re: Construct A Labor Delivery Doom At The Contra Costa Regional Medical Center,25030
Alhambra Avenue,Martinez For The Health Services Department
Our office has reviewed the bid and good faith effort documentation submitted by your firm.
According to our review,the documentation submitted by your firm shows that you failed to
achieve or adequately document the following steps set forth in Division E of the Project
Specifications:
1. You did submit documentation showing you advertised for sub-bids from
interested business enterprises; however, the advertisement did not state your
policy concerning',assistance to subcontractors in obtaining bonds, lines of credit,
and/or insurance;
2. You did submit documentation indicating you sent written notices to
subcontractors; however the written notice did not state your policy concerning
assistance with bonds, lines of credit, and insurance. Additionally, the majority of
notices were sent by email and not by one of the acceptable methods, i.e., fax,
metered mail, or certified mail;
3. You did submit documentation that you followed-up with some firms; however
the requirement is that you follow-up with all subcontractors to whom you sent
letters (your initial solicitations);
4. You did not submit documentation that you requested assistance from
organizations providing assistance in the recruitment and placement of MBEs,
WBEs,DBEs, SBEs, LBEs, and DVBEs;
5. You did not submit documentation of your efforts to advise and assist interested
MBEs;WBEs, DBEs, SBEs, LBEs, and DVBEs in obtaining bonds, lines of
credit,and insurance required by you or the County.
Based upon our review,we have determined that your firm has not documented an adequate good
faith effort to comply with the Outreach Program. 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 second lowest bidder, RoSa Construction, Inc.
Should you disagree with our determination, you may appeal it in writing to the County
Administrator, at 651 Pine Street,Martinez, CA 94553. Your appeal Faust be received at that
address no later than 5:00 p. . on April 22,2004, and must describe in detail all facets and
arguments on which you rely.
It is anticipated that the contract will be awarded at the Board of Supervisors meeting on
Tuesday, April 27,2004, which begins at 9:30 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 facts and
arguments set forth in your appeal.
Very truly yours,
Emma Kuevor
AffirmativeAction Office
cc: Scott Tandy, Chief
Assistant County Administrator
Barton J. Gilbert, Director
General Services Department
Silvano Marchesi,County Counsel
RoSa Construction,'Inc.
2
A:ltrflaggConstLabDelivRm
OSTA COUNTY
n nei epartment
Barton J.Gilbert
e F
MANAGEMENT Director
aadra+ x L//'��, Mickey Davis
Deputy Director
Michael J.Langa
Deputy Director
CC7�3
..._.. Rob Lim,PE
DATE: May 4, 2044 Manager
TO: Board of Supervisors
ft&A&k9---
FROM: Barton J. Gilbert, Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for the REBID TO CONSTRUCT A LABOR DELIVERY RECOVERY ROOM AT
THE CONTRA COSTA REGIONAL MEDICAL CENTER, 2500 ALHAMBRA
AVENUE, MARTINEZ FOR THE HEALTH SERVICES DEPARTMENT were received
and opened at the County Capital Projects Management Division Office on March 18, 2004.
The Contract Compliance Officer has reported that Flagg Building Improvements ("Flagg") of
Brentwood, who submitted the 'lowest monetary bid of$88,738, did not document an adequate
good faith effort to comply with the requirements of the County's Outreach'Program. For this
reason, it is recommended that Flagg's bid be rejected as non-responsive and that their bid bond
be exonerated.
It is recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, RoSa Construction, Inc. of Hayward, who has documented an
adequate good faith effort to comply with the requirements of the County's Outreach Program, in
the amount of$88,810.
The Consulting Architect for the project estimated the probable construction cost to be $126,000.
Other bids received:
Base Bid
Cal Bay Construction, Inc. $107,185
San Leandro
GMI Construction, Inc. $109,000
Hayward
cc w/attach.: County Administrator's Office
County Counsel
Clerk of the Board (w/bids)
Contract Compliance Officer
File: 250-03248.4.4
H:\2003\2500324\03L024061m.doc JC:tb
TO: BOARD OF SUPERVISORS ' C
FROM: William Walker, M.D., Health Services.Director
By: Jacqueline Pigg, Contracts Administrator Contra
Costa
DATE: County
SUBJECT:
Approval of Contract#27-575 With Choice Medical Clinic, Inc. (dba Choice Medical Group)
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
Approve and authorize the Health Services Director, or his designee(Milt Camhi),to execute on behalf of the
County, Contract #27-575 with Choice Medical Clinic, Inc. (dba Choice Medical Group), a corporation,in an
amount not to exceed$120,000,for provision of professional Gynecology services for Contra Costa Health flan
members, for the period from April 1,2004 through June 30, 2007.
FISCAL IMPACT:
This Contract is funded by Contra Costa Health Plan member premiums. Costs depend upon utilization. As
appropriate, patients and/or third party payors will be billed for services.
BACKGROEND/REASONM FOR RECOMMENDATION(S):
The Health Plan has an obligation to provide certain specialized professional health care services for its members
under the terms of their Individual and Group Health Plan membership contracts with the County.
Under Contract#27-575 the Contractor will provide professional Gynecology services to Health Pian members,
through June 30, 2007.
CQUTIM12 ON ATVACHMFENT: YES IJ2
RECOMMENDATION OF COUNTY ADMINISTRATOR +MMENDATON OF BOARD COMMITTEE
✓''APPROVE —OTHER
SI0NATURE(Sl: Y -
ACTION OF BOARDAPPROVED AS RECOMMENDED _ OTHER
VOTE OF SUPERVISORS
f I HEREBY CERTIFY THAT THIS IS A TRUE
I i
UNANIMOUS {ABSENT � ANI)CORRECT COPY OF AN ACTION TAKENAYES: '..
AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
ATTESTED _
JOHPIrSWE N,dLgV OF TI Av R13 t F
SUPERVIS S ANIStOI..NTY ADM N STRATOR
Contact Person: Milt Gamhi 313-6404
CC: Health Services Dept. {Contracts}
Auditor-Controller
Risk Management gy ,f �
Contractor DEPUTY
TO: BOARD OF SUPERVISORS
FROM: William Waller,M.D., Health Services Director
By: Jacqueline Pigg, Contracts Administrator Contra
Costa
DATE: County
SUBJECT.
Approval of Contract#27-576 with Selim T. Koseoglu, M.D. (dba Childeye Medical Associates, Inc.)
SPECIFIC REQUEST(S)OR RECOMMENDATI