Loading...
CC - Item 4C - Adoption Of Disadvantaged Business Enterprise (DBE) Program5 E M F O 7 4 staf ~'tMron~~eo TO: HONORABLE MAYOR AND MEMBERS ROSEMEAD CITY COUNCIL epor FROM: FRANK G. TRIPEPI, CITY MANAGER DATE: DECEMBER 5, 2000 RE: ADOPTION OF DISADVANTAGED BUSINESS ENTERPRISE (DBE) -PROGRAM Recent changes in the law regarding disadvantaged (small, minority-owned, and woman-owned) businesses have resulted in the requirement for each city to develop a new DBE Program. After January 1, 2001, Caltrans will not approve Federal funds for any project unless the requesting city has an approved DBE Program. The proposed DBE Program for the City of Rosemead is attached for your review and approval. In the past, there was a federal requirement to have DBE participation set at a fixed percentage of overall annual construction costs. But agencies were being sued on the grounds that this was arbitrary and discriminated against contractors who could not qualify as DBEs. The new legislation mandates a different approach to be taken by agencies concerning DBEs. Now agencies must calculate their proposed DBE percentages on a definitive basis and file an approved DBE Program with Caltrans. There are three methodologies available to agencies for calculating their DBE goals: (1) the "Bidders List" methodology; (2) the "Approved Goal of Another Local Agency' methodology; and (3) the "Census Data and DBE Directory" methodology. The first methodology, which involves using data from a bidders list that is to be created and maintained by each city, is the most accurate and favored approach. It is also the methodology that all cities must use once they have developed bidders lists. Performing these calculations will produce the "Base Figure" for DBE participation. Absent warranted and documented adjustments approved by Caltrans, this Base Figure will be the city's overall annual DBE goal. DrEC 122 2000 December 5, 2000 Page 2 Staff developed a bidders list from an analysis of bid proposals received during the past five fiscal years. Contractors and sub-contractors were identified and listed with one or more of the eleven work elements of Federally funded public works projects. (The eleven work elements are: paving, concrete, cold mill, crack fill/seal, manhole adjusting, striping/signing, storm drains, street lighting, traffic signals, landscaping, and bridge work.) The list of bidders developed by this analysis was then compared to the on-line DBE Directory to identify DBE firms, and DBE percentages for each work element were calculated by dividing the number of DBE firms by the total number of firms for each work element. (These figures will be calculated and updated annually.) Finally, the DBE percentages were applied to the cost of each work element for each project during the upcoming fiscal year and multiplied by the percentage of Federal funding available on each project, resulting in a Base Figure of 15.63% (rounded up to 16%). Caltrans did not approve a downward adjustment of the Base Figure for the City; therefore, Rosemead's overall annual DBE goal for FY 2000-01 is 16%. The overall annual DBE goal consists of two parts: race-neutral and race-conscious components. Race-neutral: Race-neutral methods include: (1) configuring large contracts into smaller contracts, when to do so would make contracts more accessible to smaller businesses and would not impose significant additional cost, delay, or risk to the City; (2) encouraging contractors to consider subcontractors for parts of the work for which there is a known supply of ready, willing, and able subcontractors; (3) assisting in overcoming limitations in bonding and financing; (4) providing technical assistance in orienting small businesses to public contracting procedures, use of the Internet, and the City's contracting activities; (5) providing outreach and communications programs on contract procedures and opportunities; and (6) accepting the lowest responsive bidder for a project regardless of whether it is a DBE firm. Race-conscious: If a city is not meeting its goals through race-neutral measures, it must use contract-specific (race-conscious) goals. Contract goals are established so that, over the course of a fiscal year, they will cumulatively result in meeting any portion of the overall goal that is not expected to be met through the use of race-neutral means. The City of Rosemead plans to achieve its overall annual goal of 16% for DBE participation with 11 % race-neutral and 5% race-conscious components. The prime contractor for each project is responsible for obtaining sufficient DBE participation and must make good faith efforts on the City's behalf. Good faith efforts are investigated if a city's goal is not met. Once a city has adopted its DBE Program, it must publish and post a notice of the proposed overall goal informing the public that the goal and its rationale are available r December 5, 2000 Page 3 for inspection during normal business hours for 30 days following the date of the notice, with comments being accepted for 45 days following the date of the notice. One-time advertisements in newspapers, woman/minority-focused media, trade publications, and websites, in addition to public posting, are suggested. Recommendation It is recommended that the City Council adopt the attached proposed DBE Program, authorize the City Clerk to advertise the proposed overall goal, and submit the adopted DBE Program to Caltrans for approval. 1 Disadvantaged Business Enterprise (DBE) Program For the City of .Rosemead, California This Program is in accordance with Title 49 of the Code of Federal Regulations Part 26 - 12!7/2000 City of Rosemead, CA DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM CITY OF ROSEMEAD, CALIFORNIA I: Definitions of Terms The terms used in this Program have the meanings defined in 49 CFR §26.5. II. Objectives / Policy Statement (§§26.1, 26.23) The City of.Rosemead (City) has established a Disadvantaged Business Enterprise ~j (DBE) Program in accordance with. regulations of the U.S. Department of Transportation (DOT), 49 CFR Part 26. City has received Federal financial assistance from the DOT, and as a condition of receiving this assistance, City will sign an assurance that it will comply with 49 CFR Part 26. It is the policy of City to ensure that DBEs, as defined in Part 26, have an equal ' s opportunity to receive and participate in DOT-assisted contracts. It is also City policy: ' 1. To ensure nondiscrimination in the award and administration of DOT- assisted contracts; ' 2. To create a level playing field on which DBEs can compete fairly for DOT- assisted contracts; 3. To ensure that the DBE Program is narrowly tailored in, accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; ' 5. To help remove barriers to the participation of DBEs in DOT-assisted contracts; and 6. To assist the development of firms that can compete successfully in the marketplace outside the DBE Program. Tom Kirk, P.E., Supervising Engineer, has been designated the DBE Liaison Officer (DBELO). In that capacity, Mr. Kirk is responsible for implementing all 1 aspects of the DBE Program. Implementation of the DBE Program is accorded the same priority as compliance with all other legal obligations incurred by City in its 1 financial assistance agreements with the California Department of Transportation (Caltrans). City has disseminated this policy statement to the City Council and all the components of City's organization. City has distributed this statement to DBE and non-DBE business communities that perform work for it on DOT-assisted contracts f by publishing this statement in general circulation, woman/minority-focused, and trade association publications. I DeEPmgmm Page 2 of 24 12n12000 City of Rosemead, CA III. Nondiscrimination (§26.7) . 7 City will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR Part 26 on the basis of race, color, sex, or national origin. In administering its DBE Program, City will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program with respect to individuals of a particular race, color, sex, or national origin. IV. DBE Program Updates (§26.21) . City will continue to carry out this Program until City has established a new goal setting methodology or until significant changes to. this DBE Program are adopted. City will provide to Caltrans a proposed overall goal and goal setting methodology and other Program updates by June 1 of every year. V. Quotas (§26.43) City will not use quotas or set-asides in any way in the administration of this DBE Program. VI. DBE Liaison Officer (DBELO) (§26.45) City has designated the following individual as the DBE Liaison Officer: Tom Kirk, P.E., Supervising Engineer City of Rosemead . 8838 East Valley Boulevard Rosemead, CA 91770 (562) 908-6284 tkirk@willdan.com In this capacity, Mr. Kirk is responsible for implementing all aspects of the DBE Program and ensuring that City complies with all provisions of Title 49 CFR Part 26, "Participation by Disadvantaged Business Enterprise Regulations in Department of Transportation Financial Assistance Programs." This is available on the Internet at the website htto://osdbuweb.dot.qov/business/dbe/index.htm1. Mr. Kirk has direct, independent access to the City Engineer of the City of Rosemead concerning DBE Program matters. City has a staff of 2 professional employees who devote a portion of their- time to the DBE Program. An organization chart showing the DBELO's position within City's organization is attached as Exhibit A hereto. I OBEPmgmm Page 3 of 24 12RI2000 City of Rosemead, r_4 The DBELO is responsible for developing, implementing, and monitoring the DBE Program, in coordination other appropriate officials. Duties and responsibilities include the following: 1. Gather and report statistical data and other information as required. 2. Review third-parry contracts and purchase requisitions for compliance with this Program. 3. Work with all departments to set overall annual goals. 4. Ensure that bid notices and requests for proposals are available to DBEs in a timely manner. 5. Identify contracts and procurements so that DBE goals are included in solicitations (both race-neutral methods and contract-specific goals) and monitor results. 6. Analyze City's progress toward. goal attainment and identify ways to improve progress. _ 7. Participate in pre-bid meetings. 8. Advise the CEO/governing body on DBE matters and achievement. 9. Chair the DBE Advisory Committee. 10. Participate with legal counsel and project director(s) to determine contractor compliance with good faith efforts. 11. Provide DBEs with information and assistance in preparing bids and obtaining bonding and insurance. 12. Plan and participate in DBE training seminars. 13. Provide outreach to DBEs and community organizations to advise them of opportunities. ' VII. Federal Financial Assistance Agreement Assurance (§26.13) City will sign the following assurance, applicable to all DOT-assisted contracts and their administration as part of the Program supplement agreement for each project: The City of Rosemead shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT-assisted contract or in the administration of its DBE Program or the requirements of 49 CFR Part 26. The City of Rosemead shall take all necessary and reasonable steps under.49 CFR Part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The City of Rosemead's DBE Program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this Agreement. Implementation of this Program is a legal obligation, and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the City of Rosemead of its failure to carry out its approved Program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801, etseq.). I DBEPMgMM Page 4 of 24 12n12000 City of Rosemead CA - VIII. DBE Financial Institutions It is the policy of City to investigate the full extent of services offered by financial institutions owned and controlled by socially and economically disadvantaged individuals in the community, to make reasonable efforts to use these institutions, and to encourage prime contractors on DOT-assisted contracts to make use of these institutions. Information on the availability of such institutions can be obtained from the DBELO. The Caltrans Disadvantaged Business Enterprise Program may offer assistance to the DBELO. r• IX. Directory (§26.31) City will refer interested persons to the DBE directory at the website for the Caltrans Disadvantaged Business Enterprise Program: httr)://www.dot.ca.g6y/hq/bep. X. Overconcentration (§26.33) ----y`° City has not identified any types of work in DOT-assisted contracts that have an overconcentration of DBE participation. If in the future City identifies the need to address overconcentration, measures for addressing overconcentration will be submitted to the Caltrans District Local Assistance Engineer (DLQE)'for approval. XI. Business Development Programs (§26.35) City does not have a business development or mentor-protege program. If City identifies the need for such a program in the future, the rationale for adopting such a program and a comprehensive description of it will be submitted-to the DLAE for approval. XII. Required Contract Clauses (§§26.13., 26.29) 1. Contract Assurance i C ty ensures that the following clause is placed in every DOT-assisted contract and subcontract: The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor ■ shall carryout applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy. as the City of Rosemead deems appropriate. DeEPM9mm Page 5 of 24 12!712000 a City of Rosemead, CA 4 2. Prompt Payment City ensures that the following clauses or-equivalent will be included in each DOT- assisted prime contract: Satisfactory Performance. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than ten (10) days from the receipt of each payment the prime contractor receives from the City of Rosemead. Any delay or postponement of payment from the above-referenced time frame may occur only for good cause following written approval of the City of Rosemead. This clause applies to both DBE and non-DBE subcontractors. Release of Retainage. The prime contractor agrees further to release retainage payments to each subcontractor within thirty (30) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above-referenced time frame may occur only for good cause following written approval of the City of Rosemead. This•clause applies to both DBE and non-DBE subcontractors. XIII. Monitoring and Enforcement Mechanisms (§26.37) City will assign a Resident Engineer (RE) or Contract Manager to monitor and track actual DBE participation through contractor and subcontractor reports of payments. in accordance with the following: 1. After Contract Award After the contract award, City will review the award documents for the portion of items each DBE and first-tier subcontractor will be performing and the dollar value of that work. With these documents, the RE/Contract Manager will be able to determine the work to be performed by the DBEs or subcontractors listed. 2. Pre-construction Conference A pre-construction conference will be scheduled between the RE/Contract Manager and the contractor or its representative to discuss the work each DBE subcontractor will perform. Before work can begin on a subcontract, City will require the contractor to submit a completed "Subcontracting Request," Exhibit 16-B of the Caltrans Local Assistance Procedures Manual (LAPM), or equivalent. When the RE/Contract Manager receives the completed form, it will be checked for agreement of the first-tier subcontractors and DBEs. The RE/Contract Manager will not approve the Subcontracting Request when it identifies someone other than the DBE or first-tier subcontractor listed in the previously completed "Local Agency Bidder DBE Information," Exhibit 15-G of the LAPM, or equivalent. The Subcontracting Request will not be approved until any discrepancies are resolved. If an issue cannot be 4 DSEPMgmm Page 6 of 24 i2rn2ooo City of Rosemead, CA resolved at that time, or if there is some other concern, the RE/Contract Manager will require the contractor to eliminate the subcontractor in question before signing the Subcontracting Request. A change in the DBE or first-tier subcontractor may be addressed during a substitution process at a later date. Suppliers, vendors, or manufacturers listed on the "Local Agency Bidder DBE Information" will be compared to those listed in the completed Exhibit 16-1 of the LAPM or equivalent. Differences must be resolved by the contractor making corrections or requesting a substitution. Substitutions will.:be subject to the Subletting and Subcontracting Fair Practices Act (FPA). Local agencies will require contractors to adhere to the provisions within the Subletting and 5015contracting Fair Practices Act (State Law) Sections 4100-4144. FPA requires the contractor to list all subcontractors whose work will exceed one- half of one percent (0.5%) of the contractor's total bid or $10,000, whichever is greater. The statute is designed to prevent bid shopping by contractors. The FPA states that a'-contractor may not substitute a subcontractor listed in the original bid except with the approval of the awarding authority. The RE/Contract Manager will give the contractor a blank "Final Report Utilization of DisadvantagedBusiness Enterprises, First Tier Subcontractors," Exhibit 17-F of. the LAPM, or.equivalent, and will explain to the contractor that the document will be required at the end; of the project and that payment can be withheld for failure to submit the completed document, in conformance with the contract. 3. Construction Contract Monitoring The RE/Contract"Manager will ensure that the RE/Contract Manager's staff (inspectors) knows what items of work each DBE is responsible for performing. Inspectors will notify the RE/Contract Manager immediately of apparent violations. When a firm other than the listed DBE subcontractor is found performing the work, the RE/Contract Manager will notify the contractor of the apparent discrepancy and potential loss of payment. Based on the contractor's response, the RE/Contract Manager will take appropriate action: The DBELO will perform a preliminary investigation to identify any potential issues related to the DBE subcontractor performing a commercially useful function. Any substantive issues will be forwarded to the Caltrans Disadvantaged Business Enterprise Program. If the contractor fails to adequately explain why there is a discrepancy, payment for the work will be withheld and a letter will be sent to the contractor referencing the applicable specification violation and the required withholding of payment. If the contract requires the submittal of a monthly truck document, the contractor will be required to submit documentation to the RE/Contract Manager showing the owner's name, California Highway Patrol CA number, and, the DBE certification number of the owner of the truck for each truck used during any month for which DBE participation will be claimed. The trucks will be listed by California Highway Patrol CA number in the daily diary or on a separate piece of paper for DeEPrsgmm Page 7 of 24 lZ72000 I City of Rosemead, CA documentation. The numbers will be checked regularly by inspectors to confirm compliance. Providing evidence of DBE payment is the responsibility of the contractor. 4. Substitution When a DBE substitution is requested, the RE/Contract Manager will request a letter from the contractor explaining why substitution is---heeded. The RE/Contract Manager must review the letter to be sure names and addresses are shown, dollar values are included, and the reason for the request•is~'explained. If the RE/Contract Manager agrees to the substitution, the RE/Contract-`Manager will notify the DBE subcontractor in writing regarding the proposed substitution and procedure for written objection from the DBE subcontractor in accordance with the Subletting and Subcontracting Fair Practices Act. If the contractor-is-not meeting the contract goal with this substitution, the contractor must provide the'=required good faith effort to the RE/Contract Manager for local agency consideration..-•: If there is any doubt in the RE/Contract Manager-'s. mind regarding the requested substitution, the RE/Contract Manager may contact the'`'DLAE for assistance and direction." " 5. Record Keeping and Final Report ` The contractor shall maintain records showing the name and address of each first- tier subcontractor. The records shall also show: _ • . a. The name and business address, regardless 'of tier, of every DBE subcontractor, DBE vendor of materials, and DBE trucking company; and b. The date of payment and the total dollar figurepaid to each of the firms. The DBE prime contractor shall also show the date of work performed by its own forces, along with the corresponding dollar value of the"work claimed toward DBE - goals. 4 When a contract has been completed, the contractor will provide a summary of the records stated above. The DBE utilization information will be documented on the "Final Report Utilization of Disadvantaged Business Enterprises, First Tier Subcontractors," Exhibit 17-F of the LAPM, or equivalent, and will be submitted to the DLAE attached to the Report of Expenditures. The RE/Contract Manager will compare the completed Exhibit 17-F to the contractor's completed Exhibit 15-G and, if applicable, to the completed Exhibit 16-B. The DBEs shown on the completed Exhibit 17-F should be the same as those originally listed unless an authorized substitution was made or the contractor used additional DBEs. The dollar amount should reflect any changes made in planned work done by the DBEs. The contractor will be required to explain' in writing why the names of the subcontractors, the work items, or the dollar figures are different from what was i i ll h th l t d E hibit 15 G h or g na y s own on e comp e e x - w en: DBE Pmgr m Page 8 of 24 12/712000 City of Rosemead, CA a. There have been no changes made by the RE/Contract Manager; or b. The contractor has not provided a sufficient explanation in the comments section of the completed Exhibit 17-F. The explanation will be attached to the completed Exhibit 17-F for submittal. The RE/Contract Manager will file this in the project records. _ The DBELO will keep track of the DBE certification status on the Internet at - http://www.dot.ca.gov/hq/bep and keep the RE/Contract Manager informed of changes that affect the contract. The RE/Contract Manager will require the-:,• q 6; _ ■ contractor to act in accordance with existing contractual commitments regardless of-, * decertification. The DLAE will use the Plans, Specifications, and Estimates (PS&E) checklist in the LAPM to monitor City's commitment to require bidders list information to be submitted to City from the awarded prime and subcontractors as a means. develop a bidders list. This monitoring will only take place if the bidders list. .,•Fs'. information is required to be submitted as stipulated in the special provisions. City will bring to the attention of the DOT through the DLAE any false, fraudulent, or _ dishonest conduct in connection with the Program, so that the DOT can take the _ steps provided in §26.109 (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules). City also will consider - similar action under its own legal authority, including responsibility determinations in future contracts. XIV. Overall Goals (§26.45) 1. Amount of Goal City's overall goal for the Federal Fiscal Year 2000-2001 is the following: 16% of the Federal financial assistance in DOT-assisted contracts. This overall goal is broken down into 11 % race-neutral and 5% race-conscious components. " 2. Methodology City's methodology for Fiscal Year 2000-2001 is detailed in Exhibit B hereto. 3. Process City will, on or before June 1 of each year beginning in 2001, submit to the DLAE its draft overall goal information (the amount of the overall goal, the method to calculate the goal, and the breakout of estimated race-neutral and race-conscious participation). I DBEPmgmm Page 9 of 24 72/712000 CIty of Rosemead, CA Once the DLAE has responded with preliminary comments and the comments have been incorporated into the draft overall goal information,. City will publish a notice of the proposed overall goal, informing the public that the proposed goal and its rationale are available for inspection during normal business hours at City's principal office for 30 days following the date of the notice, and informing the public ' that comments will be accepted on the goals for 45 days following the date of the notice.. Advertisements in newspapers, woman/minority-focused media, trade publications, and websites will be the normal media to accomplish this effort. The notice will include addresses to which comments may be sent and addresses (including offices and websites) where the proposal may be reviewed. City will;- on or before September 1 of each year, resubmit the final overall goal information to the DLAE, along with a summary of information and comments received during the public participation process and City's responses. The DLAE. will have one month to make a final review so that City may begin using the;,overall.goal on October 1 of each year. . XV. Contract Goals (§26.51) ' City will_~use contract goals to meet any portion of the overall goal that City does not project. 'being able to meet by use of race-neutral means. Contract goals are established so that, over the period to which the overall goal applies, they will cumulatively result in meeting any portion of the overall goal that is not projected to be met through the use of race-neutral means. ' Contract „goals will be established only on DOT-assisted contracts that have subcontracting possibilities. Contract goals need not be established on every such contract; and the size of contract goals will be adapted to the circumstances of each such contract (e.g., type and location of work and availability of DBEs to perform the particular type of work). The contract work items will be compared with eligible DBE contractors willing to work on the project. A determination will be made I regarding which items are likely to be performed by the prime contractor and which - ones are likely to be performed by the subcontractor(s). The goal will then be incorporated into the contract documents. Contract goals will be expressed as a percentage of the total amount of a DOT-assisted contract. XVI. Transit Vehicle Manufacturers (§26.49) If DOT-assisted contracts will include transit vehicle procurements, City will require I each transit vehicle manufacturer, as a condition of being authorized to bid or propose on transit vehicle procurements, to certify that it has complied with the requirements of 49 CFR Part 26, Section 49. City will direct the transit vehicle I manufacturer to the subject requirements located on the Internet at http://osdbuweb.dot.gov/programs/dbe/dbe.htm. DeEPmgam Page 10 of 24 1217/200D City of Rosemead, CA ' XVII. Good Faith Efforts (§26.53) ' 1. Information to be Submitted City treats bidders'/offerors' compliance with good faith effort requirements as a ' matter of responsiveness. A responsive proposal meets all the requirements of the advertisement and solicitation. Each solicitation for which a contract goal: has been established will require the bidders/offerors to submit the following information to City no later than 4:00 p.m. on or before the fourth day, not including'Saturdays, Sundays, and legal holidays, following bid opening: a. The names and addresses of'kn6wn DBE firms that will participate in the t contract; b. A description of the work that each DBE will perform; C. The dollar amount of each DBE firm?s' participation; d. Written and signed documentation of commitment to use a DBE subcontractor whose participationi's' submitted to meet a contract goal; ' e. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime cohtractor's commitment; and f. If the contract goal is not met, evidence"of good faith efforts. 2. Demonstration of Good Faith Effortsm The obligation of the bidder/offeror is to make good faith efforts. The bidder/offeror can demonstrate that it has done so either _by meeting the contract goal or by documenting good faith efforts. Examples-of good faith efforts are found in ' Appendix A to Part 26, Exhibit C hereof.-"'4J. The following person is responsible for-determining whether a bidder/offeror who ' has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Tom Kirk, Supervising Engineer. City will ensure that all information is complete and accurate and adequately documents the bidder's/offeror's good faith efforts before a commitment to the performance of the contract by the bidder/offeror is made. 3. Administrative Reconsideration ' Within ten (10) days of being informed by City that it is not responsive because it has not documented sufficient good faith efforts, a bidder/offeror may request administrative reconsideration. Bidders/offerors should make this request in writing to the following reconsideration official: I DBEPioymm Page 11 of 24 121712000 City of Rosemead,, CA William Crowe, Director of Administrative Services City of Rosemead 8838 East Valley Boulevard Rosemead, CA 91770 (626) 569-2110 The reconsideration official will not have played any role in the --original determination that the bidder/offeror did not make or document sufficient good faith efforts. As part of this reconsideration, the bidder/offeror will have the opportunity-to,provide written documentation or argument concerning the issue of whether it met-.the goal or made adequate good faith efforts to do so. The bidder/offeror will Jiave the opportunity to meet in person with the reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. City will '.send the bidder/offeror a written decision-on reconsideration, explaining the,.,basis.for finding that the bidder did or did' not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to Caltrans, the Federal Highway Administration (FHWA), or. DOT.;',; - 4. Good Faith Efforts when a DBE is Replaced on a Contract City will require a contractor to make good faith efforts to replace a DBE-.that is terminated or has otherwise failed to complete its work on a contract with ;another certified DBE, to the extent needed to meet the contract goal. The prime. contractor is required to notify the RE/Contract Manager immediately of a DBE's inability or unwillingness to perform, and it must provide reasonable documentation.: In this situation, the prime contractor will be required to obtain City's prior.-approval of a substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses .to.comply, in the time specified, City's contracting office will issue an order stopping all:or;part of the payment and/or work until satisfactory action has been taken. If the:contractor still fails to comply, the contracting officer may issue a termination for default proceeding. XVIII.Counting DBE Participation (§26.55) City will count DBE participation toward overall and contract goals as provided in the contract specifications for the prime contractor, subcontractor, joint venture partner with prime or subcontractor, or vendor of materials or supplies. XIX. Certification (§26.83(a)) City ensures that only DBE firms currently certified on the Caltrans directory will participate as DBEs in City's DBE Program. DBEPmgmm Page 12 of 24 12012000 P I City of Rosemead, CA XX. Information Collection and Reporting Bidders List City will create and maintain a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on its DOT-assisted contracts. The bidders list will include the name, address, DBE/non-DBE status, age,-=and annual gross receipts of firms. City has incorporated a Bidders Information=Form, a sample of which is attached as Exhibit D hereto, into its solicitation documents, requiring that bidders/offerors provide all requested information in their submissions. 2. Monitoring Payments to DBEs Prime contractors are required to maintain records and documents of payments to DBEs for three (3) years following the performance of the contract These records shall be made available for inspection upon request -by":any authorized representative of City, Caltrans, FHWA, or DOT. This repo requirement also extends to any certified DBE subcontractor. Payments to DBE subcontractors will be reviewed by City to ensurethat the actual amount paid to DBE subcontractors equals or exceeds the-dollar'amounts stated in the schedule of DBE participation. 3. Reporting to Caltrans City will report final DBE participation to the DLAE using ExhibittVzF of the LAPM or equivalent. 4. Confidentiality City will safeguard from disclosure. to third parties information-that may reasonably be regarded as confidential business information, consistent-.with Federal, state, and local laws. [Signature of Frank Tripepi, City Manager] Date City of Rosemead This Disadvantaged Business Enterprises Program is accepted by: [Signature of DLAE] Date State of California, Department of Transportation, District 7 DsEPmgmm Page 13 of 24 12/72000 City of Rosemead, CA EXHIBIT A ORGANIZATION CHART CITY OF ROSEMEAD City of cII City Council 11 City "anager Chief race utiveOfficer II Ken Rukavina, P.E. William Crowe City Englneer 1111 Director of Administrative Services Reconsideration Official Tom Kirk, P.E. Supervising Engineer DBE Liaison Officer II Support Staff 11 DSEPM9r m Page 14 of 24 12!12000 City of Rosemead, CA EXHIBIT .B !9 OVERALL ANNUAL GOAL-SETTING METHODOLOGY 1. Projecting Federal-Assisted Contract Awards/Expenditures for Federal Fiscal Year--- - A In conjunction with the preparation and adoption of the budget for each fiscal year, the Disadvantaged Business Enterprise Liaison Officer (DBELO), in consultation with the appropriate divisions and departments responsible for contracting activities, will conduct a thorough analysis of the projected number and types of projects, associated work elements, and dollar amounts of contracting opportunities that will be funded,, in whole or in part, by DOT Federal financial assistance for that year. > z=;c For Federal' Fiscal,,Year 2000-2001, City's DOT-funded projects by work category are as follows- ~ A F`~Wotk'.Cate f ;Estimat'ed Dolla-:Ualue i 3 ?Overla u q~ t i is MmN $O Traffic"Si nal r Y $120,000 iarix. $0 )Storm-Drain $0 ,Street--Re``construction $0 'Sf~eetryY!tidernn awt~; ~1~~< $0 'Bnd e,x aY u $816,000 II. Goal Determination City used the "Bidders List" methodology to establish DBE percentages and the overall annual goal for Federal Fiscal Year 2000-2001, with the exception of s bridgework, as discussed below. ~A Step 1: Determining a Base Figure 26.45) First, City determined its Base Figure of relative DBE availability: -0~ For the numerator: DBE Firms in City's Bidders List per work element * For the denominator: Firms in City's Bidders List per work element City calculated its Base Figure by first determining the number of ready, willing, and able DBEs in its Bidders List by work element and then dividing that number by the total number of firms in its Bidders List for that work element. Through this method, City measured availability by the number of firms that directly participated in, or IN attempted to participate in, its contracting between October 1, 1995 and September 1. DBEPmgmm Page 15 of 24 isnrzooo I I I I I I I I I I I City of Rosemead, CA 30, 2000. A five-year analysis was conducted in order to accurately and fairly sample City's contracting work. Due to the lack of Bidders List data for one work element, Bridge, City consulted census data for the total number of bridge contractors and then surveyed the DBE Directory for DBE bridge contractors. TABLE 1: DBE AVAILABILITY = m, ,WorkiElementf 'F'xx j'Z aw 'rev '#,xDBEs ~ ,a Firms, W cz t }iLL MA DBE` Paving 0 20 0.006% Concrete 5 31 16.13% Cold Mill 0 0.00% Crack.Fill/Seal 1 a;4 25.00% Manhole Ad'. 1 .2 50.00% Striping 2 - ° 41' 12 . 16.67% Storm Drains 6 "$'39 15.38% Street Lighting 1 ----1.0. 10.00% Traffic Signals 1 _ -42- 8.33% Landscaping 2 - - =1'6 12.50% Bride 2 1.0. 20.00% The percentages of DBE as shown in Table..lwweresapplied to the estimated costs of the various work elements of each project-scheduled for fiscal year 2000-2001. The total estimated DBE dollar amount determined thereby-was multiplied by the percent of Federal funds and divided by the total,-project cost to determine the DBE percent for the project. The same calculation., is.performed "on each project, work element by work element, to provide the base figure for the year. City's Base Figure for fiscal year 2000-2001 'is 15163% (say 16%), based on one bridge project and one traffic signal/signing project. See Table 2 on the following page for calculation results. 1 OBEPmgmm Page 16 of 24 12n2000 I I vI W ( rt V Q 1 r Z W U W d U Mw W y N Q W ~ J - ~ m Q ~v H 'i`aWIE } m m O N !O N ~ N m p D O n ~ n m N H w y' C d` H C 6' umi m m H J Y m m 8 O ~j O _ S m ~ p O p m 6 N O H r N m w m m C o w O m t O y m O J E~ m `E 16 m N p r ~ m ~ QQ x g QQ x m a C J O n 1 b F w H K b N - Q F H m e Z w w c9 8 w ~ h Y 6 0 uam m-m g LLm vi U N 0 W 8 = 9 w U ~ - u w C ~ V m e mm m m °o ° w w o a rea~t x ~ ~ L Xf~ U b N b ,3-~"~k m F~ w w w ~~qqyy dr a o n S ~ N U E m m Q m 3 C ~ ~ W a m w w q m E n a a _ mE E ~ V e w 1 =c m < 3 mo c` ~m m c o m E ff Eff = 12 O ry R _ - N y c c a N C Y O m 3 _ = CO N CO `o n w Q o C n w n co C a) CD C C m a~ co m (D s rn c6 0 3 aCi o a) o a o N co • z 7 o ~ C L a ° cn m • i O I City of Rosemead, CA Step 2: Adjusting the Base Figure Criteria Upon establishing the Base Figure each year, City will review and assess other ■ relevant evidence to determine what adjustments, if any, are needed to tailor the Base Figure to City's marketplace. Factors City may consider are the following: 1 _ Evidence of DBE capacity to perform work in City's Federally-assisted and non- Federally-assisted contracting program. The volume of work that DBEs performed in City's DOT-assisted contracting program for prior fiscal years was -_examined, and actual attainments, based on projects' "Final Report of `Utilization of Disadvantaged Businesses," are as follows: Fiscal Year 1998-1999 I I I I I -4 -Landscaping Fiscal Year 1999-2000 -2. The number, types, and dollar values of contracting opportunities projected to - - be financed with Federal funds and to be awarded during the Federal Fiscal ,.Year. 3. City's Bidders List. City has developed a bidders list from bid proposals received over the course of the last five fiscal years. Beginning with this fiscal year, City will gather information for its bidders list using a "Bidder Information Sheet" such as the one attached hereto as Exhibit D. $ Paid to DBE Goal Project T Pe Contractors $ Paid to DBEs Attainment Overlay, Concrete, $3,427,178.00 $571,622.00 16.68% „ Project Type $ Paid to Contractors $ Paid to DBEs DBE Goal Attainment phone $0 $0 4. Other agencies' goal results in similar contracting opportunities and markets, and the rationale behind those results. 5. The methods used by City to increase DBE participation in Federally-assisted contracts. 6. The demographics and business activities of the geographical area in which the City solicits bids or proposals. 7. The results of disparity studies; DBE availability ratios and utilization ratios. OBEPmgmm Page 18 of 24 12r7/2000 I City of Rosemead, CA 8. The data on employment and self-employment, education, and training programs, to the extent that City can relate such'data to the opportunities for DBEs to perform in City's DBE Program. Adjustments Made ' s base The impact of these factors has resulted, in no net adjustment to City figure of 16%. - ' s bridge project involves approximately 95% integral It should be noted that City bridge construction with a minimal amount of paving, concrete, cold milling, striping, and storm drain. In addition, while it would be possible to break out structural excavation, structural baekfill, or steel tying, these are work elements normally performed by the prime., contractor as fundamental parts of bridge construction. Statistically, a high7percentage of prime bridge contractors in the area are DBE firms (two in ten; ,or 20%, of area firms). Therefore, it is reasonably possible that though..race-neutral means a DBE prime bridge contractor will be selected-.for -thisproject, and that selection would greatly increase City's actual DBE attainment. III. Breakout of Estimated Race-Neutral and Race-Conscious Participation City shall achieve its overall annual goal of 16% for DBE participation with 11% race-neutral and 5% race-conscious components. a <<.:i :_r Race-Neutral Measures City intends to use race-neutral ymeasures to the extent feasible to achieve its overall annual goal. City will use the following measures as appropriate to facilitate DBE and other small business participation in City's contracting program: 1. Configuring large contracts into smaller contracts when feasible, when to do so would make contracts more accessible to smaller businesses, and would not impose significant additional cost, delay, or risk to City; 2. Encouraging contractors to consider subcontractors for components of the work for which there is a known supply of ready, willing, and able subcontractors, including DBE subcontractors, in preparing their bids; 3. Assisting in overcoming limitations in bonding and financing; 4. Providing technical assistance in orienting small businesses to public contracting procedures, use of the Internet, and facilitating introductions to City's and other DOT recipients' contracting activities; and 5. Providing outreach and communications programs on contract procedures and contract opportunities to ensure the inclusion of DBEs and other small businesses. 4 OBEPrzgram Page 19 of 24 12n2ooo ' City of Rosemead, CA I Race-Conscious Measures ' City will annually consider various factors to project levels of DBE participation to be met through race-conscious measures and will use race-conscious measures such as contract-specific goals to meet that portion of the overall goal that is not likely to be met using race-neutral measures. City shall monitor and adjust the estimated use of race-neutral and race-conscious measures as required in accordance with regulatory guidelines. IV. Public Participation in Setting Overall Annual DBE Goals In conformance with the public participation requirements of 49 CFR'Paif26.45 and the LAPM, this goal analysis has been reviewed with minorities; women, local business chambers, community organizations, and other DOT recipients. These entities are knowledgeable about the availability of disadvantaged`' nd non- disadvantaged businesses and the effects of discrimination , on`.7 contracting opportunities for DBEs within City's marketplace. F{ City has published a public notice in general circulation media avid worn"an7minority- focused media announcing its proposed overall annual DBE goal. for -fiscal year 2000-2001. Such notice informed the public that the proposedgoals-and their rationale were available for inspection at City during normal business-hours for thirty (30) days following the date of the notice and that City.=would accept comments on the goal for forty-five (45) days from the date of the notice: The required public participation provisions will be fully satisfied. prior tQ submitting City's.DBE Program for final review and approval. 5 lr - - DBE Pmgmm Page 20 of 24 12(72000 City of Rosem&ad, CA EXHIBIT C I~ APPENDIX A TO PART 26 GUIDANCE CONCERNING GOOD FAITH EFFORTS 1. When, as a recipient, you establish a contract goal on a DOT-assisted contract, a bidder must, in order to be responsible and/or responsive, make good faith `•.p efforts to meet the goal. The bidder can meet this requirement in either of two ways. First, the bidder can meet the •goal, documenting commitments for participation by DBE firms sufficient for this purpose. Second, even if it does • not meet. the goal, the bidder can document adequate good faith efforts. This means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal or other requirement of this Part which; by their • scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if they were not fully successful. - II. In any situation in which you have established a contract goal, Part 26 requires you to use the good faith efforts mechanism of this Part. As a recipient, it is up j= to you to make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. It is important for you to consider the quality, quantity, and intensity of the different kinds of efforts that the bidder has made. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts are not good faith efforts to meet the DBE contract requirements. We emphasize, however, that your determination concerning the sufficiency of the firm's good faith efforts is a judgment call; meeting quantitative formulas is not required. III. The Department also strongly cautions you against requiring that a bidder meet a contract goal (i.e., obtain a specified amount of DBE participation) in order to be awarded a contract, even though the bidder makes an adequate good faith efforts showing. This rule specifically prohibits you from ignoring bona ride r good faith efforts. IV. The following is a list of types of actions which you should consider as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: t A. Soliciting through all reasonable and available means (e.g., attendance at pre-bid meetings, advertising, and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The bidder must determine with certainty if oBEPMgmm Page 21 of 24 12n12000 City of Rosemead, CA the DBEs are interested by taking appropriate steps to follow up initial solicitations. B. Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate,. breaking out contract work items into economically feasible i units to facilitate DBE participation, even when the prime contractor might w otherwise prefer to perform these work items with its own forces. C. Providing .interested DBEs with adequate information about the plans, specifications; and requirements of the contract in a timely manner to assist them in respor' 4-g to a solicitation. -r D. 1. Negotiating yin good faith with interested DBEs. It is the bidder's responsibility= to make a - portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material-needs consistent with the available DBE subcontractors and suppliers,. #§o ,-as to facilitate DBE participation. Evidence of such negotiatioWincludes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding Attie plans and specifications for the work selected for subcont(acting;, and evidence as to why additional agreements could not be reached for DBEs to perform the work. 2. A bidder using good business judgment would consider a number of factors:" in ;,negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder's failure to meet the contract DBE goal, as long as sdch_costs are reasonable. Also, the ability or desire of a prime contractor,,to,perform. the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the contractor's efforts to meet the project goal. F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. DsEPmgmm Page 22 of 24 12nr2000 City of Rosemead,, CA H. Effectively using the services of available woman/minority community organizations, woman/minority contractors' groups, local, state, and Federal woman/minority business assistance offices, and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. V. In determining whether a bidder has made good faith efforts, you may take into account the performance of other bidders in meeting the contract. For example, when the apparent successful bidderfails-to meet the contract goal , but others meet it, you may reasonably raisethe question of whether with , additional reasonable efforts, the apparent successful bidder could have met the goal. If the apparent successful bidder fails to meet the goal, but meets or exceeds the average DBE participation obtained56b -other bidders, you may view this, in conjunction with other factors-,'`as evidence of the apparent successful bidder having made good faith efforts:' 4 1 oeEPmgmm Page 23 of 24 iznnooo I City of Rosemead, CA A i 1 EXHIBIT D CITY OF ROSEMEAD BIDDER INFORMATION SHEET Project/Contract No.: DBE Goal for Contract (if any): The following information is needed for. all DBE and non-DBE contractors who= provide a bid, proposal, or quote, or who are contacted by the proposed prime'- contractor. This information should be submitted with your bid, proposal, or quote:. = If you are the apparent low bidder (or the second or third low bidder), the y' :T- information must be submitted as specified in the Special Provisions. Your failure'`' to submit the required DBE information will be grounds for finding your proposal non-responsive. Information provided will be held in confidence. Firm Name: - Address: Contact: = Telephone: ~J I Facsimile: Years in Business: Is the firm currently certified as a DBE? If yes, DBE Certification No.: Bid Opening Date: -4 NAICS or WCC code(s), if known:. Services/products in bid (contract items and/or description): ❑ Yes Dollar Amount of items bid on (this contract): Gross Annual Receipts (last year):' ❑ Less than $1 million ❑ $1 million - $5 million ❑ $5 million - $10 million ❑ $10 million-$15 million ❑ Over $15 million (Please duplicate this form and provide information on all bidders.) THE CITY OF ROSEMEAD THANKS YOU FOR YOUR ASSISTANCE. This information is requested pursuant to Federal law. I DBE Program Page 24 of 24 12172000