Loading...
HomeMy WebLinkAbout16-Development Services ORJG'~AL CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION File No. 6.05-06 Subject: Resolution adopting the Caltrans "Race- Neutral" Disadvantaged Business Enterprise (DBE) Program, effective May 1,2006, and the Annual Anticipated DBE Participation Level (AADPL) for Federal financial assisted projects effective for FFY 2006/07 MCC Date: July 10,2006 From: Valerie C. Ross, Director Dept: Development Services Date: June 20, 2006 Synopsis of Previous Council Action: 04/19/01 Adopted Resolution No. 2001-69 establishing a Disadvantaged Business Enterprise (DBE) program and DBE Goals for FY 2000-01 of 13% 10/18/04 Adopted Resolution No. 2004-330 revising the Disadvantaged Business Enterprise (DBE) program and DBE Goals for FY 2004-05 of 6% Recommended Motion: Adopt Resolution ~u.R~ Valerie C. Ross, Development Services Director Contact person: Mark Lancaster, City Engineer Phone: 3305 Supporting data attached: Staff Report, Resolution, DBE Submittals Ward: All FUNDING REQUIREMENTS: Amount: N/A Source: (Acet. No.) N/A Acct. Description: Finance: Council Notes: RrSD. JDD0~:J.3~ Agenda Item No. 1(, 7/IO/OlP CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution of the City of San Bernardino adopting the State of California, Department of Transportation ( Caltrans ) "Race-Neutral" Disadvantaged Business Enterprise (DBE) Program effective May 1, 2006, and the City of San Bernardino Annual Anticipated DBE Participation Levels (AADPL) for Federal financial assisted projects, effective for the Federal Fiscal Year 2006/2007. Background: As a condition of Federal financial assistance pursuant to revised regulations set forth under Title 49 CFR, Part 26; Participation by Disadvantaged Business Enterprise in Department of Transportation Programs, the City of San Bernardino is required to develop and submit a Disadvantaged Business Enterprise Program and Overall Annual Goal for DBE participation on Federal Highway Administration (FHW A) assisted contracts. In accordance with these regulations, the City has developed, and CALTRANS has reviewed and approved, a previous DBE Program that was initially adopted by the Mayor and Common Council by Resolution No. 2000-69. The City of San Bernardino has continued to provide CALTRANS Local Assistance with established Overall Annual DBE Goals every Federal Fiscal Year (FFY) hence in order to ensure full compliance with relevant regulatory requirements. Due to changes in City personnel, it was necessary to revise the Disadvantaged Business Enterprise (DBE) program by assigning a new DBE Liaison Officer (DBELO), Mark Lancaster, the City Engineer and Deputy Director of the Development Services Department. This, and the reduction of the Annual DBE goal from 13% to 6% in 2004-05 ( due to the sharp decline in established DBE firms in San Bernardino County and the increase in types of work categories involved in federally assisted projects) was adopted by the Mayor and Common Council by Resolution No. 2004-330. The City of San Bernardino's current program for FFY 2005/2006, has a goal of 5% and incorporates both race-neutral (race and gender neutral) and race-conscious (race and gender conscious) methods of meeting DBE goals. On May 9,2005, a Ninth Circuit Court of Appeals ruling in the State of Washington ( Western States Paving Company vs. Washington State Department of Transportation ), established new evidentiary standards necessary to constitutionally support the use of race-conscious DBE goals on Federal aid contracts. The Ninth Circuit Court of Appeals' decision is the controlling authority for California and other Western States within its jurisdiction. In response, Caltrans initiated a 45-day public comment period and study, including a 45-day extension, that ended on March 20, 2006. Upon review of the public comment, studies and written evidence, Caltrans and the Federal Highway Administration (FHW A) concurred that the evidence of discrimination in California in the transportation industry was insufficient, at this time, to support continued use of race-conscious measures, per 49 Code of Federal Regulations (CFR), Part 26. Caltrans will contract to undertake a Federally required disparity study. The results of this study will not be available until 2007, at the earliest. 2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued In the interim, all pending Federally assisted project contracts not "executed" as of May I, 2006 must be administrated and contracted in compliance with the new solely "race-neutral" methods, or lose Federal financial assistance. There is no grace period. The City of San Bernardino, a local agency, is required to adopt the Caltrans Race-Neutral DBE Program or lose committed Federal funds. Race-neutral methods identified in 49 CFR 26.51(b) include unbundling of contracts, technical assistance, capital and bonding assistance and small business development programs. Race-conscious methods of contract required "Good Faith Efforts" worksheet and "individual contact" DBE participation goal amounts do not apply in the solely race-neutral program. Per the requirements of the "EXHillIT 9A, DBE Race-Neutral Implementation Agreement", the City's Organizational Chart with contact information for the designated DBE Liaison Officer is included in the attached "ATTACHMENT A" to "EXHillIT 9B, Local Agency DBE Submittal Form". The City of San Bernardino has established an Annual Anticipated DBE Participation Level of5% in FHWA-assisted contracts for the Federal Fiscal Year 2006/2007. This anticipated percentage was developed utilizing the Federal goal-setting methodology that is described in detail in the attached "ATTACHMENT B" to "EXHillIT 9B, Local Agency DBE Submittal Form ". Briefly, the annual percentage above was obtained by identifying the types of work categories involved in the federally-assisted projects for the coming fiscal year and dividing the number of established DBE firms within San Bernardino County by the number of all established firms within San Bernardino County in these identified work categories. Data for this process was obtained from current official state and federal sources. This process is repeated annually to maintain relevancy to local market conditions and factors impacting DBE availability. Financial Impact: There is no financial impact to the City. Recommendation: Adopt Resolution. 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO ADOPTING THE CALTRANS RACE-NEUTRAL DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM, EFFECTIVE MAY 1, 2006, AND THE CITY OF SAN BERNARDINO ANNUAL ANTICIPATED DBE PARTICIPATION LEVEL (AADPL) SUBMITTAL FOR FEDERAL FINANCIAL ASSISTANCE PROJECTS, EFFECTIVE FOR FEDERAL FISCAL YEAR 2006/2007, AND AUTHORIZING THE CITY ENGINEER TO EXECUTE THE DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: WHEREAS, 49 CFR Part 23 heretofore requires a Disadvantaged Business Enterprises (DBE) Program for recipients of Federal Department of Transportation funds; and. WHEREAS, effective May I, 2006, Local Agencies cannot continue with their existing DBE Program, but must adopt the State of California, Department of Transportation (Caltrans) DBE Program to be eligible for Federal funds; and WHEREAS, the City of San Bernardino intends to be a sub-recipient of Federal Department of Transportation funds; NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 1. The City of San Bernardino hereby adopts the Caltrans Race-Neutral DBE Program, effective May I, 2006, and the City Engineer is hereby authorized to execute the "Disadvantaged Business Enterprise Race-Neutral Implementation Agreement," attached hereto as "EXHIBIT 9A" and incorporated in this resolution; and 2. The City of San Bernardino establishes the Annual Anticipated DBE Participation Level (ADDPL) for the period of October I, 2006 to September 30, 2007, which is attached hereto as "EXHIBIT 9B", Local Agency DBE Annual Submittal Form; Attachment "A ", #( 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO ADOPTING THE CALTRANS RACE-NEUTRAL DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM, EFFECTIVE MAY 1,2006, AND THE CITY OF SAN BERNARDINO ANNUAL ANTICIPATED DBE PARTICIPATION LEVEL (AADPL) SUBMITTAL FOR FEDERAL FINANCIAL ASSISTANCE PROJECTS, EFFECTIVE FOR FEDERAL FISCAL YEAR 2006/2007, AND AUTHORIZING THE CITY ENGINEER TO EXECUTE THE DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENT A TION AGREEMENT. Organizational Chart; and Attachment "B ", Annual Anticipated DBE Participation Level Methodology; and incorporated in this resolution: Annual Anticipated DBE Participation Level (AADPL) = 5.0% /II /II 1 2 3 4 5 6 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO ADOPTING THE CALTRANS RACE-NEUTRAL DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM, EFFECTIVE MAY 1, 2006, AND THE CITY OF SAN BERNARDINO ANNUAL ANTICIPATED DBE PARTICIPATION LEVEL (AADPL) SUBMITTAL FOR FEDERAL FINANCIAL ASSISTANCE PROJECTS, EFFECTIVE FOR FEDERAL FISCAL YEAR 2006/2007, AND AUTHORIZING THE CITY ENGINEER TO EXECUTE THE DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT. 7 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 meeting thereof, held on the and Common Council of the City of San Bernardino at a day of , 2006, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER MC GINNIS DERRY KELLEY JOHNSON MC CAMMACK City Clerk ,2006. day of The foregoing resolution is hereby approved this Patrick J. Morris, Mayor City of San Bernardino Approved as to Form: .t~ F \111 BIT 'l.\ Loc,ll AssisLll1ce Procedures ~..blllul DISADV ANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENT A nON AGREEMENT For the City of San Bernardino, hereinafter referred to as "RECIPIENT." Definition of Terms The terms used in this agreement have the meanings defined in 49 CFR 9 26.5. II OBJECTIVE/POLICY STATEMENT (g26/1. 26/23) The RECIPIENT intends to receive federal financial assistance from the U. S. Department of Transportation (DOT) through the California Department of Transportation (Caltrans), and as a condition of receiving this assistance, the RECIPIENT will sign the California Department of Transportation's Disadvantaged Business Enterprise Implementation Agreement (hereinafter referred to as Agreement). The RECIPIENT agrees to implement the State of California, Department of Transportation Disadvantaged Business Enterprise (DBE) Program Plan (hereinafter referred to as the DBE Program Plan) as it pertains to local agencies. The DBE Program Plan is based on U.S. Department of Transportation (DOT), 49 CFR, Part 26 requirements. It is the policy of the RECIPIENT to ensure that DBEs, as defined in Part 26, have an equal opportunity to receive and participate in DOT -assisted contracts. It is also their policy: . To ensure nondiscrimination in the award and administration of DOT-assisted contracts. . To create a level playing field on which DBE's can compete fairly for DOT-assisted contracts. . To ensure that their annual overall DBE participation percentage is narrowly tailored, in accordance with applicable law. . To ensure that only firms that fully meet 49 CFR, Part 26 eligibility standards are permitted to participate as DBEs. . To help remove barriers to the participation ofDBEs in DOT-assisted contracts. . To assist the development of firms that can compete successfully in the market place outside the DBE Program. III Nondiscrimination (~26.7) RECIPIENT 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 the local agency components of the DBE Program Plan, the RECIPIENT 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 Plan with respect to individuals of a particular race, color, sex, or national origin. LLl\~)> 0 1 M~lY 1, 200() I-XIIIBIT 'J,\ Loul A<;sisLlIlCC Procedures 1tllHI.ll TV Annual DBE Submittal Form (~26.21) The RECIPIENT will provide to the Caltrans' District Local Assistance Engineer (DLAE) a completed DBE Annual Submittal Form by June I of each year for the following Federal Fiscal Year (FFY). This form includes an Annual Anticipated DBE Participation Level (AADPL), methodology for establishing the AADPL, the name, phone number, and electronic mailing address of the designated DBELO, and the choice of Prompt Pay Provision to be used by the RECIPIENT for the following FFY. V Race-Neutral Means of Meeting the Annual DBE Goal (~26.51) RECIPIENT will assist Caltrans to achieve its Overall Statewide DBE Goal by race neutral means that may include, but are not limited to the following: I. Advertising solicitations, scheduling bidding periods and opening times, and packaging quantities, specifications, and delivery schedules in ways that facilitate DBE and other small business participation. 2. Providing assistance to DBE and small businesses in overcoming limitations such as inability to obtain bonding or financing (e.g., by such means as simplifYing the bonding process, reducing bonding requirements, and providing services to help DBEs and other small businesses obtain bonding and financing). 3. Providing technical assistance and other services to DBE and small businesses. 4. Providing information and communication programs on contracting procedures and specific contract opportunities (e.g., ensuring the inclusion of DBEs and other small businesses on recipient mailing lists of bidders; ensuring the dissemination to bidders on prime contracts of lists of potential subcontractors including DBE's and small businesses; providing the information in languages other than English, where appropriate). 5. Implementing a supportive services program to develop and improve immediate and long-term business management, record keeping, and financial and accounting capability for DBEs and other small businesses. 6. Providing services to help DBEs and other small businesses improve long-term development, increase opportunities to participate in a variety of kinds of work, handle increasingly significant projects, and achieve eventual self-sufficiency. 7. Establishing a program to assist new, start-up firms, particularly in fields in which DBE participation has been historically low. 8. Assisting DBEs and other small businesses to develop their capability to utilize emerging technology and conduct business through electronic media. 9. Implementing or developing a mentor-protege program. II P :(,-CI Me\)" 1, 2006 LXHTBn 'lA Locll Assistance Procedures i\.hnual VI Quotas (~26.43) RECIPIENT will not use quotas or set-asides in any way in the administration of the local agency component of the DBE Program Plan. VII DRE Liaison Officer (DRELO) (~26.25) RECIPIENT has designated a ORE Liaison Officer. The DBELO is responsible for implementing the DBE Program Plan, as it pertains to the RECIPIENT, and ensures that the RECIPIENT is fully and properly advised concerning DBE Program Plan matters. The DBELO has a staff of one professional employee assigned to the DBE program and one support personnel who devote a portion of their time to the program. The name, address, telephone number, electronic mail address, and an organization chart displaying the OBELO's position in the organization are found in Attachment "A" to "9B, Local Agency DBE Annual Submittal Form". This information will be updated annually and included on the DBE Annual Submittal Form. The DBELO is responsible for developing, implementing, and monitoring the RECIPIENT's requirements of the OBE Program Plan in coordination with other appropriate officials. Duties and responsibilities include the following: I. Gathers and reports statistical data and other information as required. 2. Reviews third party contracts and purchase requisitions for compliance with this program. 3. Works with all departments to determine projected Annual Anticipated OBE Participation Level. 4. Ensures that bid notices and requests for proposals are made available to OBEs in a timely manner. 5. Analyzes DBE participation and identifies ways to encourage participation through race-neutral means. 6. Participates in pre-bid meetings. 7. Advises the CEO/governing body on DBE matters and OBE race-neutral issues. 8. Provides DBEs with information and recommends sources to assist in preparing bids, obtaining bonding and insurance. 9. Plans and participates in DBE training seminars. 10. Provides outreach to DBEs and community organizations to fully advise them of contracting opportunities. 1.1.P 86-81 !vby 1. 2006 E:\HlHIT 'n L()C<ll AssisLlIlce Procedures ~lHll.ul VIII Federal Financial Assistance Agreement Assurance (~26.13) RECIPIENT will sign the following assurance, applicable to and to be included in all DOT-assisted contracts and their administration, as part ofthe program supplement agreement for each project. The recipient 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 recipient 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 recipient'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 recipient 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 et seq.). [Note- this language is to be used verbatim, as it is stated in S26.13(a).] IX DBE Financial Institutions (~26.27) It is the policy of the RECIPIENT 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. X Directory (~26.31) RECIPIENT will refer interested persons to the Unified Certification Program DBE directory available from the Caltrans Disadvantaged Business Enterprise Program's website at www.dot.ca.gov/hq/hep. XI Required Contract Clauses (~~26.13, 26.29) RECIPIENT ensures that the following clauses or equivalent will be included in each DOT-assisted prime contract: A. CONTRACT ASSURANCE 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 carry out 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 recipient deems appropriate. [Note - This language is to be used verbatim, as is stated in S26.13(b). See Caltrans Sample Boiler Plate Contract Documents on the Internet at www.dot.ca.gov/hq/LocalPrograms under "Publications."] III' 8('-C I M.1Y L 2006 E XHlBIT 0.\ LOLal A'isisL111CC Procedures .~vbl1lL,11 B. PROMPT PAYMENT Pro mot Prol!ress Payment to Subcontractors A prime contractor or subcontractor shall pay to any subcontractor not later than 1 a-days of receipt of each progress payment, in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The I a-days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30-days may take place only for good cause and with the agency's prior written approvaL Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies of that Section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Promot Payment of Withheld Funds to Subcontractors The local agency shall include either (I), (2), or (3) of the following provisions [local agency equivalent will need Caltrans approval] in their federal-aid contracts to ensure prompt and full payment of retain age [withheld funds] to subcontractors in compliance with 49 CFR 26.29. 1. No retainage will be held by the agency from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holding retainage from subcontractors. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approvaL Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor perfonnance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. 2. No retainage will be held by the agency from progress payments due the prime contractor. Any retainage kept by the prime contractor or by a subcontractor must be paid in full to the earning subcontractor in 30-ays after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approvaL Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor perfonnance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. ELI' .J(yJ I ~hy 1, 20C6 E:\IIIBIT 'JA L()c~11 j\sSiSUIlCC Procedun.'s l\.tUlll,11 3. The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within 30- days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approval. Any violation of these provisions shall subject the violating prime contractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of: a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance; and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. XIV Local Assistance Procedures Manual The RECIPIENT will advertise, award and administer DOT-assisted contracts in accordance with the most current published Local Assistance Procedures Manual (LAPM). XV Bidders List (~26.11) The RECIPIENT 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 the firms. XVI Reporting to the DLAE RECIPIENT will promptly submit a copy of the Local Agency Bidder-DBE Information (Exhibit 15-G or Exhibit 10-0 of the LAPM) to the DLAE at the time of execution of consultant or construction contract award. RECIPIENT will promptly submit a copy of the Final Utilization of DBE participation to the DLAE using Exhibit 17-F of the LAPM immediately upon completion of the contract for each consultant or construction contract. XVII Certification (~26.83(a)) RECIPIENT ensures that only DBE firms currently certified by the California Unified Certification Program will participate as DBEs on DOT -assisted contracts. UV:::{1-21 M~l)' 1, 2006 1:\1 IIBIT 9.\ Loc,] Assistance Procedures I'vbnu<ll XVIII Confidentiality RECIPIENT will safeguard from disclosure to third parties, information that may reasonably be regarded as confidential business information consistent with federal, state, and local laws. Date: MARK LANCASTER City Engineer / Deputy Director of Development Services DBE Liaison Officer (DBELO) 300 N. "0" Street, 3rd Floor San Bernardino, CA 92418-000 I E-mail: [ancaster_ma@ci.san-bernardino.ca.us Phone Number: (909) 384-5125 This California Department of Transportation's Disadvantaged Business Enterprise Program Plan Implementation Agreement is accepted by: Date: SEAN YEUNG Local Assistance Engineer (0 LAE) Caltrans District 8 Distribution: (I) Original -DLAE (2) Copy-local agency after signing by OLAE DBE Race-neutral Implementation Agreement for Local Agencies (05/01/06) l.LP ::h-D 1 !vby 1, 2J06 1.\1111l11 '!-Il LOCi!! Assistance [)roccdurcs \1allual Exhibit 9-B Local Agency DBE Annual Submittal Form TO: CALTRANS DISTRICT 8 District Local Assistance Engineer The amount of the Annual Anticipated DBE Participation Level (AADPL) and methodology are presented herein, in accordance with Title 49 of the Code of Federal Regulations, Part 26, and the State of California, Department of Transportation Disadvantaged Business Enterprise (DBE) Program Plan. The CITY OF SAN BERNARDINO, submits our AADPL information. We have established an AADPL of ..2- % for the Federal Fiscal Year 2006 /2007, beginning on October 1, 2006, and ending on September 30. 2007. Methodologv See ATIAa-IMENT "B" to this document. Disadvantaged Business Enterprise Liaison Officer (DBELO): The DBE Liaison Officer for the coming Federal Fiscal Year is: Mark Lancaster, City Engineer / Deputy Director of Development Services 300 N. "0" Street, rd Floor San Bernardino, CA 924 I 8-000 1 Phone Number: (909) 384-5125 Fax: (909) 384-5155 E-mail: lancaster_ma@ci.san-bernardino.ca.us Prompt Pay Federal regulation (49 CFR 26.29) requires one of three methods be used in federal-aid contracts to ensure prompt and full payment of any retainage, kept by the prime contractor or subcontractor, to a subcontractor. Attached is a listing of the three methods, on which the City of San Bernardino has designated method of prompt payment provision that will be used. Submitted by: Date: MARK LANCASTER City Engineer / Deputy Director of Development Services DBE Liaison Officer (DBELO) Reviewed by Caltrans: Date: SEAN YEUNG Local Assistance Engineer (DLAE) Caltrans District 8 Distribution: (I) Original-DLAE DBE Annual Submittal Form (05/01/06) (2) Copy-local agency after signing by DLAE [J1P Dh-O 1 1\'la}' 1, 20Gh 1..\IIIIlIT 'J-B L.ocal A~~i~tallCL' Proc~durl':-; :'\latlLltll (Attachment) Prompt Payment of Withheld Funds to Subcontractors Federal regulation (49 CFR 26.29) requires one of the following three methods be used in federal-aid contracts to ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a subcontractor. Please check the box of the method chosen by the local agency to ensure prompt and full payment of any retainage. L No retainage will be held by the agency from progress payments due to the prime contractor. Primecontractors and subcontractors are prohibited from holding retainage from subcontractors. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors No retainage will be held by the agency from progress payments due the prime contractor. Any retainage kept by the prime contractor or by a subcontractor must be paid in full to the earning subcontractor in 3D-days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non- DBE subcontractors. 01 The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approval. Any violation of these provisions shall subject the violating prime contractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of: a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. LPP J(,.J 1 lvby 1, .2C8h EXHIBIT 9B Attachment "A" ORGANIZATIONAL CHART CITY OF SAN BERNARDINO DBE PROGRAM CITY OF SAN BERNARDINO MAYOR AND COMMON COUNCIL I CITY MANAGER Fred Wilson DIRECTOR OF DEVELOPMENT DIRECTOR OF HUMAN RESOURCES SERVICES EQUAL EMPLOYMENT OFFICER Valerie Ross Linnea Livingston CITY ENGINEER DBE LIAISON OFFICER Mark Lancaster 300 N. "D" Street, )'" Floor San Bernardino, CA 92418-0001 Phone: (909) 384-5125 Fax: (909) 384-5155 E-mail: lancaster _ ma@ci.san-bernardino.ca.us IV]> .=Jl-.:l M_l\ Y 1, 28Gb City of San Bernardino AADPL EXHIBIT 9B Attachment "B" CITY OF SAN BERNARDINO ANNUAL ANTICIPATED DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION LEVEL METHODOLOGY FOR FEDERAL FISCAL YEAR (FFY) 2006/2007 ( October 1,2006 to September 30,2007 ) INTRODUCTION: An overall Annual Anticipated DBE Participation Level (AADPL) and methodology is established for DBE participation in City of San Bernardino's FY 2006/2007 DOT-assisted contracts in compliance with recently revised federal regulations set forth in Title 49 CFR, Part 26, Participation by Disadvantaged Business Enterprises in US. Department of Transportation (DOT) Programs and in Caltrans' Local Assistance Procedures Manual, effective May 1, 2006. The recommended overall Anticipated DBE Participation Level (AADPL) for contracts assisted by DOT is 5%. This goal identifies the relative availability of DBEs based on evidence of ready, willing and able DBEs in relationship to all comparable businesses which are known to be available to compete for the City of San Bernardino's DOT-assisted contracts. The following describes the methodology undertaken to establish the recommended participation level using entirely race- neutral measures. I. DOT ASSISTED CONTRACTING PROGRAM FOR FFY 2006/07 Table I below presents the anticipated areas of contracting, by project type for which the City of San Bernardino (City) intends to disburse Department of Transportation (DOT) assisted funds for transportation-related projects in FFY 2006/07, as follows: TABLE I Proiect Type Signalization Street Construction City of San Bernardino AADPL EXHIBIT 9B Attachment "B" Table 2 below represents a summary of corresponding subspecialty work areas grouped under two primary categories; Construction and Professional Services. The Caltrans DBE Directory Work Category Codes (WWC) and Descriptions and comparable 2002 Census County Business Patterns database, North American Industry Classification System (NAICS) work category codes utilized are also presented, as follows: TABLE 2 PRIMARY WORK CAL TRANS 2002 NAICS CATEGORY WORK CATEGORY CATEGORY DESCRIPTION CODES (I997 NAICS) CONSTRUCTION: Highway, Street & Bridge C1522, C153l, C160l, C390l, 237310 Construction C39l0,C5620,C8405 (234//; 2352/ ) Poured Concrete 238110 Foundation & Structural C5ll0, C730l Contractors (2357/ ) Electrical Contractors C8602, C8608 238210 (2353/ ) Site Preparation Contractors C160l 238910 ( 23499 ) PROFESSIONAL SERVICES: Engineering Services C8703, C8720 541330 ( No Change) Geophysical Surveying C8760 541360 & Manning Services ( No Change) Other Scientific & Technical C8700 541690 Manning Services ( No Change) All Other Support Services 561990 -- (No Chon!!e ) II. AADPL - METHODOLOGY Step I: Determination of a Base Figure (26.45) To determine a Base Figure of relative availability of DBEs, the City embraced a methodology which included a review of the ratio of all available (ready, willing and able) established DBE firms in relation to all available established firms within the City's market area. This was accomplished by utilizing the Caltrans on-line DBE Directory of Certified Firms within the two primary work categories as its numerator and the 2002 U.S. Census Bureau County Business Patterns (CBP) Database of all comparable established firms as its denominator. The City made a concerted effort to ensure that the scope of businesses included in the numerator was as close as possible to the scope included in the denominator. City of San Bernardino AADPL EXHIBIT 9B Attachment "B" To derive the relative availability of DBEs for each major work category, the City divided the numerator I by the denominator2, which yielded a Base Figure, utilizing the following formula: Number of Ready, Willing and Able DBE Firms ------------------------------------------------------------------- = BASE FIGURE Number of All Available Firms Table 3 below presents the results of the application of this formula within each major category, and the basis for calculating the resultant Base Figure of the relative availability of DBEs. TABLE 3 Base Figure (DBEs in Construction*) + CBPs in Construction** (DBEs in Professional Services*) CBPs in Professional Services** Base Figure = [ ill2 + ill J 807 309 Base Figure = [0.04585 + 0'00647J Base Figure ~ (0.05232) 100 ~ 5.232 ~ 5%*** * For detailed listing of all Caltrans Work Categories grouped in each major category. refer to the City's Regional AADPL Analysis for FFY 2006/2007, Appendix J. ** For detailed listing of all NAICs Work Codes grouped in each major category, refer to the City's Regional AADPL Analysisfor FFY 2006/2007, Appendix II. *** Rounded to the nearest whole number. Step II: Adjustment of the Base Figure The Base Figure of 5% was not further adjusted, as each respective member agency within City's jurisdiction will perform this task to ensure narrow tailoring, in conformance with Title 49 CFR, Part 26 prescribed participation level setting methodology. Therefore, the resultant Base Figure remains 5%. \ Numerator represents all available established DRE firms within San Bernardino County per Caltrans List of DBE Certified Finns. 2 Denominator represents all available established firms within San Bernardino County per 2002 Census-County Business Patterns. City of San Bernardino AADPL EXHIBIT 9B Attachment "B" III. OVERALL ANNUAL ANTICIPATED DBE PARTICIPATION LEVEL ANALYSIS FOR FFY 200612007 AND PROJECTION OF RACE-NEUTRAL PARTICIPATION The Overall Annual ( FFY 2006/2007 ) Anticipated DBE Participation Level (AADPL) for the City of San Bernardino's DOT-assisted contracts is 5%. The Overall AADPL is expressed as a percentage of all DOT -assisted funds that the City of San Bernardino will expend in FHW A- assisted contracts in the forthcoming fiscal year. This goal further serves to identify the relative availability of DBEs based on evidence of ready, willing, and able DBEs compared to all firms known to be available to compete for and perform on the City of San Bernardino's DOT-assisted contracts. The overall AADPL reflects a determination of the level of DBE participation, which would be expected absent the effects of discrimination. The City of San Bernardino projects to meet the full 5% AADPL utilizing race-neutral methods, including making efforts to encourage participation by prime contractors and assuring that bidding and contract requirements facilitate participation by DBEs and other small businesses in conformance with new regulatory requirements. IV. PUBLIC PARTICIPATION AND FACILITATION This AADPL analysis will be offered for review by minority, women, local business chambers, and community organizations within the City of San Bernardino's geographic market area. Additionally, the City of San Bernardino will publish a Public Notice in general circulation media announcing the City's overall AADPL for the FFY 2006/2007 DOT-assisted contracts. Such notice will inform the public that the proposed annual anticipated DBE participation level and its rationale will be available for inspection at the City of San Bernardino's Public Works Division, on the 3'd floor of City Hall during normal business hours for 30 days following the date of the Public Notice and that the City of San Bernardino will accept comments on the anticipated annual participation level analysis for 45 days from the date of the Public Notice. The public participation provisions will be fully satisfied prior to submitting the City of San Bernardino's Overall Annual Anticipated DBE Participation Level (AADPL) to Caltrans for final review and approval. City of San Bernardino AADPL EXHIBIT 9B Attachment "B" CITY OF SAN BERNARDINO ANNUAL ANTICIPATED DBE PARTICIPATION LEVEL ( AADPL ) ANALYSIS FOR FFY 2006/2007 APPENDIX I IESTABLlSHMENT OF THE NUMERATOR: # OF ESTABLISHED DBE FIRMS IN SAN BERNARDINO COUNTY1 2002 NAICS CODE: S.B. COUNTY ZIP CODES 917 922 923 924 935 TOTAL 237310 HIGHWAY, STREET & BRIDGE CONSTRUCTION ( 1997 NAICS ~ 23411 ) Cl522 Reset, Adjust Roadway Items 2 0 0 0 3 CI531 Plane Asphalt Concrete 2 0 0 0 3 C390l Asphalt Concrete 2 0 0 0 3 C3910 Paving Asphalt 2 0 0 0 3 C5620 Roadside Sign 2 0 0 0 3 ( 1997 NAICS ~ 23521 ) C8405 Thermoplastic Traffic Stripe & Marking 0 0 0 0 238110 POURED CONCRETE FOUNDATION & STRUCTURAL CONTRACTORS ( 1997 NAICS ~ 23571 ) C5ll0 Concrete Surface Finish I 0 2 0 4 C7301 Concrete Curb & Sidewalk - Misc. I 0 2 0 4 238210 ELECTRICAL CONTRACTORS ( 1997 NAICS ~ 23531 ) C8602 Signal & Lighting 4 0 0 0 5 C8608 Detector 4 0 0 0 5 238910 SITE PREPARATION CONTRACTORS ( 1997 NAICS = 23499) C160l Clearing & Grubbing 2 0 0 0 ---.J CONSTRUCTION TOTALS 37 541330 ENGINEERING SERVICES C8703 Traffic Engineer 0 0 0 0 I C8720 Civil Engineering 0 0 0 0 1 541360 GEOPHYSICAL SURVEYING & MAPPING SERVICES C8760 Surveyor 0 0 0 0 0 0 541690 OTHER SCIENTIFIC & TECHNICAL CONSULTING SERVICES C8700 Consultant 0 0 0 0 0 0 561990 ALL OTHER SUPPORT SERVICES Flagging (i.e., Traffic Control) Services 0 0 0 0 0 ~ PROFESSIONAL SERVICES TOTALS 2 I DATA SOURCE: Caltrans List afDBE Certified Firms City of San Bernardino AADPL EXHIBIT 98 Attachment "B" CITY OF SAN BERNARDINO ANNUAL ANTICIPATED DBE PARTICIPATION ANALYSIS FOR FFY 2006/2007 LEVEL ( AADPL ) APPENDIX II I ESTABLISHMENT OF THE DENOMINATOR: I # OF ESTABLISHED FIRMS IN SAN BERNARDINO COUNTY1 CONSTRUCTION: 2002 (1997) NAICS CODE 237310 (23411) (23521) 238110 (23571) 238210 (23531) 238910 (23499) NAICS DESCRIPTION HIGHWAY, STREET & BRIDGE CONSTRUCTION (HIGHWAY & STREET CONSTRUCTION) (PAINTING & WALL COVERING CONTACTORS) 65 183 POURED CONCRETE FOUNDATION & STRUCTURE CONTRACTORS (CONCRETE CONTRACTORS) ELECTRICAL CONTRACTORS (ELECTRICAL CONTRACTORS) 165 314 SITE PREPARATION CONTRACTORS (ALL OTHER HEAVY CONSTRUCTION) TOTAL ESTABLISHED FIRMS 80 807 PROFESSIONAL SERVICES: 2002 NAICS CODE 54133 54136 54169 56199 NAICS DESRIPTION ENGINEERING SERVICES 212 GEOPHYSICAL SURVEYING & MAPPING SERVICES 1 OTHER SCIENTIFIC & TECHNICAL CONSUL lING SERVICES 44 ALL OTHER SUPPORT SERVICES 52 TOTAL NUMBER OF FIRMS 309 I OAT A SOURCE: U.S. Census Bureau: 2002 County Business Patterns (NAICS)