Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reso 2004-301
RESOLUTION NO. 2004-301 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING THE DISADVANTAGED BUSINESS ENTERPRISE PROGRAM FOR THE PERIOD OF OCTOBER 1, 2004 THROUGH SEPTEMBER 30, 2005 FOR CITY OF CHULA VISTA PROJECTS UTILIZING FEDERAL HIGHWAY ADMINISTRATION FUNDING WHEREAS, on September 16, 2003 the City Council approved Resolution No. 2003-399 accepting the Disadvantaged Business Enterprise Program (DBE) for the period of October 1, 2003 through September 30, 2004; and WHEREAS, the goals for the program have been revised and some modifications were made to the program itself; and WHEREAS, all local agencies receiving Federally-assisted funds from the Federal Highway Administration are required to submit a Disadvantaged Business Enterprise Program, per Title 49 Code of Federal Regulations, Part 26 (49 CFR 26); and WHEREAS, the DBE is designed to allow contractors/consultants owned and controlled by minorities, women and other socially and economically disadvantaged persons to have the opportunity to bid and work on projects funded by the Federal Highway Administration; and WHEREAS, Caltrans has been entrusted with local agency oversight responsibility for DBE implementation and shall administer the Federal-Aid highway funds from Federal Highway Administration (FHW A) programs, and the City has worked closely with Caltrans in preparing this program; and WHEREAS, it is the policy of the City to ensure that DBE's have an equal opportunity to receive and participate on United States Department of Transportation (DOT) funded projects. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Chula Vista does hereby accept the Disadvantaged Business Enterprise Program for the period of October 1, 2004 through September 30, 2005 for City of Chula Vista projects utilizing Federal Highway Administration funding in the form set forth in Exhibit "A". BE IT FURTHER RESOLVED that staff and the Legislative Committee are hereby authorized to implement this program. Presented by Approved as to form by ~ Jac Ann Moore Ge City Attorney Resolution 2004-301 Page 2 PASSED, APPROVED, and ADOPTED by the City Council of the City of Chula Vista, California, this 21st day of September, 2004, by the following vote: AYES: Councilmembers: Davis, McCann, Rindone, Salas and Padilla NAYS: Councilmembers: None ABSENT: Councilmembers: None ,¿~#II ATTEST: ~~o~~.ge~ J STATE OF CALIFORNIA ) COUNTY OF SAN DIEGO ) CITY OF CHULA VISTA) I, Susan Bigelow, City Clerk of Chula Vista, California, do hereby certify that the foregoing Resolution No. 2004-301 was duly passed, approved, and adopted by the City Council at a regular meeting of the Chula Vista City Council held on the 21st day of September, 2004. Executed this 21st day of September, 2004. ~~iLL.~~ d,n .J Susan Bigelow, MMC: city &k City of Chula Vista ~ff? ~ ,~ ~.~ '- - - -"'"'- ~ -- ~- CllY OF CHUIA VISTA DISADV ANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM . FOR U.S. DOT FUNDED PROJECTS Federal Fiscal Year 2004/2005 (October 1- September 30) (Amended on June 30, 2004) City of Chula Vista This Program is in accordance with Title 49 of the Code of Federal Regulations Part 26 DISADVANTAGED BUSINESS ENTERl'RISE (DB E) PROGRAM FOR U.S. DOT FUNDED PROJECTS FOR "f!IE CITY OF CHULA VISTA, COUNTY OF SAN DIEGO 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 Chula Vista has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (DOT), Title 49 of the Code of Federal Regulations, Part 26 (49CFR Part 26). The City ofChula Vista has received federal fmancial assistance from the DOT, and as a condition of receiving this assistance, the City of Chula Vista will sign an assurance that it will comply with 49 CFR Part 26. It is the policy of the City ofChula Vista to ensure that DBEs, as defined in Part 26, have an equal opportunity to receive and participate in DOT -assisted contracts. It is also our policy: To ensure nondiscrimination in the award and administration of DOT -assisted contracts; To create a level playing field on which DBEs can compete fairly for DOT- assisted contracts; To ensure that the DBE Program 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; and To assist the development of firms that can compete successfully in the market place outside the DBE Program. Sandra Hernandez, Assistant Engineer, has been designated as the DBE Liaison Officer. In that capacity, Sandra Hernandez is responsible for implementing all aspects of the DBE program. Implementation of the DBE program is accorded the same priority as compliance with all other legal obligations incurred by the City of Chula Vista in its financial assistance agreements with the California Department of Transportation (Caltrans). June 30, 2004 Page 2 City of Chula Vista The City of Chula Vista has disseminated this policy statement to the Chula Vista City Council and all the departments of our organization. We have distributed this statement to DBE and non-DBE business. communities that perform work for us on DOT-assisted contracts by publishing this statement in general circulation, minority-focused and trade association publications. III. Nondiscrimination (§26.7) The City of Chula Vista will never exclude any person from participation in, deny any person the benefits of, or otherwise discrimÜiate against any person in connection with the award and perfonnance of any contract covered by 49 CFR Part 26 on the basis of race, color, sex, or national origin. In administering its DBE program, the City of Chula Vista 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 ongm. IV. DBE Program Updates (§26.21) The City of Chula Vista will continue to carry out this program until the City of Chula. Vista has established a new goal setting methodology or until significant changes to this DBE Program are adopted. The City of Chula Vista will provide to Caltrans a proposed overall goal and goal setting methodology and other program updates by June 1 of every year. V. Quotas (§26A3) The City of Chula Vista will not use quotas or setasides in any way in the administration of this DBE program. VI. DBE Liaison Officer (DBELO) (§26A5) The City of Chula Vista has designated the following individual as the DBE Liaison Officer: Sandra Hernandez, 276 Fourth Avenue, Chula Vista, CA 91910, (619) 476-5363, shemandez©'cj.chula-vista.ca.us. In this capacity, Sandra Hernandez is responsible for implementing all aspects of the DBE program and ensuring that the City of Chula Vista complies with all provisions of 49 CFR Part 26. These regulations are available on the Internet at http://osdbuweb.dotgovl. Sandra Hernandez has direct, independent access to the Director of General Services, Jack Griffin, concerning DBE program matters. Sandra Hernandez will have available from the City such administrative and legal assistance as is required. The organization chart displaying the DBELO' s position in the organization is found in Attachment 1 to this program. June 30, 2004 Page 3 City of Chula Vista The DBELO is responsible for developing, implementing and monitoring the DBE program in coordination with other appropriate officials. Duties and responsibilities include the following: 1. Gathers and reports statistical data and other infonnation as required. 2. Reviews third party contracts and purchase requisitions for compliance with this program. 3. Works witþ all departments to set overall annual goals. 4. Ensures that bid notices and requests for proposals are available to DBEs in a timely manner. 5. Identifies contracts and procurements so"that DBE goals are included in solicitations (both race-neutral methods and contract specific goals) and monitors results. 6. Analyzes the City of Chula Vista's progress toward goal attainment and identifies ways to improve progress. 7. Participates in pre-bid meetings. 8. Advises the City Manager and City Council on DBE matters and achievement. 9. Chairs the DBE Advisory Còmmittee. 10. Participates with the legal counsel and project director of each project to determine contractor compliance with good faith efforts. 11. Provides DBEs with information and assistance in preparing bids and obtaining bonding and ins1,Jrance. 12. Plans and participates in DBE training seminars. 13. Provides outreach to DBEs and community organizations to advise them of contracting opportunities within the City. VII. Federal Financial Assistance Agreement Assurance (§26.13) The City of Chula Vista will sign the following assurance, applicable to all Federal Highway Administration (FHW A)-assisted contracts and their administration as part of the program supplement agreement for each project: "The recipient shall not diScriminate based on race, color, national origin, or sex in the award and performance of any DO T -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 use IDOl and/or the Program Fraud Civil Remedies Act of 1986 (31 use 3801 et seq)." June 30, 2004 Page 4 City of Chula Vista VIII. DBE Financial Institutions It is the policy of the City of Chula Vista to investigate the full extent of services offered by fmancia] 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 DBE Liaison Officer. The Caltrans Disadvantaged Business Enterprise Program may offer assistance to the DBE Liaison Officer. IX. Directory (§26.31) The City of Chula Vista will refer interested persons to the DBE directory available from the Caltrans Disadvantaged Business Enterprise Program website at www.dot.ca.gov/hq/bep. X. Overconcentration (§26.33) The City of Chula Vista has not identified any types of work in DOT -assisted contracts that have an overconcentration of DBE participation. If in the future the City of Chula Vista identifies . the need to address overconcentration, measures for addressing overconcentration will be submitted to the District Local Assistance Engineer (DLAE) for approval. XI. Business Development Programs (§26.35) The City of Chula Vista does not have a DOT -Certified business development or mentor- protégé program. The City ofChula Vista has identified the need for such a program and is in the process of developing one. This program will be submitted in the future to the DLAE for approvaL XII. Required Contract Clauses (§§26.13,26.29) Contract Assurance The City of Chula Vista 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 carry out applicable requirements of 49 CFR Part 26 in the crward and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this June 30, 2004 Page 5 City of Chula Vista contract, which may result in the termination of this contract or such other remedy as the City of Chula Vista deems appropriate. " Prompt Pavment The City of Chula Vista ensures that the following clauses or their equivalent will be included in ea£h DOT-assisted prime contract: Prompt Progress Pavment to Subcontractors "A prime contractor or subcontractor shall make payment to any subcontractor within 10 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 10 days is applicable unless a longer period is agreed to in writing. Aný delay or postponement of payment over 30 days may take place only for good cause and with the City'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, or deficient subcontractor performance, or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. " Prompt Pavment of Withheld Funds to Subcontractors The City of Chula Vista ensures that the following clause is placed in every DOT -assisted contract and subcontract: "The City of Chula Vista shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptance of portions, as determined by the City, 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 cifter receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the City of Chula Vista. Any delay or postponement of payment may take place only for good cause and with the City of Chula Vista'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 prime contractor or subcontractor in the event June 30, 2004 Page 6 City of Chula Vista of a dispute involving late payment, or nonpayment by the contractor, or deficient subcontractor's performance, or noncompliance by a subcontractor. This clause applies to both DEE and non-DEE subcontractors. " XIII. Monitoring and Enforcement Mechanisms (§26.37) The City of CÌlUla Vista 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·:· After Contract Award After the contract award, the City of Chula Vista 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 detennine the work to be performed by the DBEs or subcontractors listed. Pre-construction Conference A pre-construction conference will be scheduled between the RE and the contractor or his or her representative to discuss the work DBE subcontractors will perform. Before work can begin on a subcontract, the City of Chula Vista will require the contractor to submit a completed "Subcontracting Request" form, Exhibit 16-B of the Local Assistance Procedure Manual (LAPM), written by the State of California- Department of Transportation (see Attachment 7) or equivalent. When the RE receives the completed form, the fonn will be checked for agreement between it and the "Local Agency Bidder-DBE Information, Exhibit IS-G. The RE will not approve the request when the Subcontracting Request Form identifies someone other than the DBE or first tier subcontractor listed in the· previously completed "Local Agency Bidder-DBE (Construction Contracts)-Infonnation" form, Exhibit 15-G of the LAPM (see Attachment 8). The Subcontracting Request Form will not be approved untjJ all discrepancies are resolved. If a discrepancy cannot be resolved, or there is some other concern, the RE will require the contractor to eliminate the subcontractor in question before signing the subcontracting rèquest. A change in the DBE or first tier subcontractor may be addressed during a sub stitution process at a later date. Suppliers, vendors, or manufacturers listed on the Local Agency Bidder DBE (Construction Contracts)-Information form will be compared to those listed in the completed "Notice of Materials to Be Used" fonn, Exhibit 10-1 of the LAPM (see Attachment 9) or equivalent. Differences must be resolved by either making corrections or requesting a substitution. Substitutions will be subject to the Subletting and Subcontracting Fair Practices Act (FP A). Local agencies will require contractors to adhere to the provisions within June 30, 2004 Page 7 City of Chula Vista Subletting and Subcontracting Fair Practices Act (California Public Contract Code) Sections 4100-4114. The FPA requires the contractor to list all subcontractors in excess of 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 FP A provides that a contractor may not substitute a subcontractor listed in the original bid except with the approval of the awarding authority. The RE will provide to the contractor the "Final Report Utilization of Disadvantaged Businesses" form, Exhibit 17-F of the LAPM (see Attachment 10) and will explain to the contractor that the document will be required at the end of the proj ect. If the document is not provided at the completion of the project, payment can be withheld in conformance with the contract. Construction Contract Monitoring The RE will ensure that the RE'i;; staff (inspectors) knows what items of work each DBE is responsible for performing. Inspectors will notifY the RE immediately of apparent violations. When a fIrm other than the listed DBE subcontractor is found performing the work, the RE will notifY the contractor of the apparent discrepancy and potential loss of payment. Based on the contractor's response, the RE will take appropriate action. The DBE. Liaison Officer will perfonn 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 specific violation and the required withholding of payment. 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 the contract, which may result in the termination of the contract or such other remedy as the City of Chula Vista deems appropriate. For DOT-assisted contract that include freight services provided by a DBE, the following requirements are needed: submittal of a monthly truck document 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 that month for which DBE participatioll 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 documentation. The numbers will be checked by the RE's staff regularly to confirm compliance. Providing evidence ofDBE payment is the responsibility of the contractor. Substitution June 30, 2004 Page 8 City of Chula Vista When a DBE substitution is requested, the RE/Contract Manager will request a letter from the contractor explaining why substitution is needed. 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, in writing, the DBE subcontractor regarding the proposed substitution and the procedure for the DBE subcontractor to file a written objection to the substitution in accordance with the Subletting and Subcontracting Fair Practices Act. If the contractor is not meeting the contract DBE goal with this substitution, the contractor must provide documentation of the required good faith effort made to reach the goal 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 District Local Assistance Engineer (DLAE) for assistance and direction. Record Keeping and Final Report Utilization of Disadvantaged Business Enterprises The contractor shall maintain records showing the name and address of each fIrst-tier subcontractor. The records shall also show: I. The name and business address, regardless of tier, of every DBE subcontractor, DBE vendor of materials and DBE trucking company. 2. The date of payment and the total dollar figure paid to each of the firms. 3. The DBE prime contractor shall also show the date of work performed by his or her own work force along with the corresponding dollar value of the work claimed toward DBE goals. When a contract has been completed, the contractor will provide a summary of the records listed above. The DBE utilization information will be documented on the Final Report of Utilization of Disadvantaged Businesses form (Exhibit 17-F of the LAPM) and will be submitted to the DLAE and attached to the Report of Expenditures. The RE will compare the completed Final Report of Utilization of Disadvantaged Businesses form to the contractor's completed Local Agency Bidder-DBE (Construction Contracts)- Information form (Exhibit l5-G of the LAPM) and, if applicable, to the completed Subcontracting Request form (Exhibit 16-B of the LAPM). The DBEs shown on the completed Final Report of Utilization of Disadvantaged Businesses form should be the same as those originally listed unless an authorized substitution was allowed, or the contractor used more DBEs and they were added. The dollar amount should reflect any changes made in planned work done by the DBE. The contractor will be required to explain in writing why the names of the subcontractors, the work items, or dollar figures are different from what was originally shown on the completed Local Agency Bidder-DBE (Construction Contracts)-Information form when: . There have been no changes made by the RE. June 30, 2004 Page 9 City of Chula Vista . The contractor has not provided a sufficient explanation for the discrepancies in the comments section of the completed Final Report of Utilization of Disadvantaged Businesses form. The explanation will be attached to the completed Final Report of Utilization of Disadvantaged Businesses form for submittaL The RE will file this in the project records. The DBELO will keep track of the DBE certification status on the Internet at www.dot.ca.gov/hq/bep and keep the RE iriformed of changes that affect the contract. The RE will require the contractor· to act in accordance with existing contractual commitments regardless of decertification. The DLAE will use the Plans, Specifications and Estimates (PS&E) checklist to monitor the City of Chula Vista's commitment to require bidders list information to be submitted to the City of Chula Vista from the awarded prime and subcontractors as a means to develop a bidders list. This monitoring will only take place if the bidders list information is required to be submitted as stipulated in the special provisions. The City of Chula Vista will bring to the attention of the DOT through the DLAE any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral. to the DOT Inspector Genera~ action under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 49 CFR Part 26. The City of Chula Vista will also consider similar action under its municipal legal authorities, including responsibility determinations in future contracts. XIV. Overall Goals (§26.45) Amount of Goal The City of Chula Vista's overall goal for the federal fiscal year on FHW A-assisted contracts is found in Attachment 2. Methodology The methodology followed in setting the overall goal is also attached as Attachment 2. Process Starting with the federal fiscal year 2002 (October I, 2001), the amount of the overall goal, the method used to calculate the goal, and the breakout of estimated race-neutral and race-conscious participation will be required annually by June 1 st of every year in advance of the federal fiscal year beginning October 1st for FHW A-assisted contracts. Annual submittals of the overall goals will be to the Caltrans' DLAE. An exception to this will be if the Federal Transit Administration (FT A) or the Federal Aviation Administration (FAA) recipients are required by the FTA or the FAA to submit the J uue 30, 2004 Page 10 City of Chula Vista annual information to them or a designee by another date. FHW A recipients will follow this process: Once the DLAE has responded with preliminary comments to the City of Chula Vista's overall goal for the federal fiscal year on FHW A-assisted contracts, the City will incorporate the comments into the draft overall goal information. Subsequently, the City of Chula Vista will publish a notice informing the public about the proposed overall goal, the rationale sùpporting the goal and the availability of the goal and rationale for review for 30 days following the date of the notice. The City will accept comments from the public regarding of the proposed overall goaffor 45 days following the date of the notice. Advertisements in newspapers, ·minority focus media, trade publications and web sites will be the normal methods used to accomplish the review and comment requirements of the program. The notice will include addresses to which comments may be sent and addresses (including offices and websites) where the proposal may be reviewed. The overall goal resubmission· to the Caltrans DLAE, will include a summary of information and comments received during this public participation process and the City of Chula Vista's responses to the comments. The report will be due by September 1, 2004 to the Caltrans DLAE. The DLAE will have a month to make a fmal review so the City of Chula Vista may begin using the overall goal on October 1 of each year. XV. Contract Goals (§26.51) The City of Chula Vista will use contract goals to meet any portion of the overall goal. The City of Chula Vista does not anticipate being able to meet the overall goal by the use of race-neutral means only. Contract goals are established so that, over the period to which the overall goal applies, the contract goal 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 those 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 contract (e.g., type and location of work, availability ofDBEs 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 also be made to decide which items are likely to be perfonned 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 (see Attachment 3). XVI. Transit Vehicle Manufacturers (§26.49) If DOT-assisted contracts include transit vehicle procurements, the City of Chula Vista will require each transit vehicle manufacturer, as a condition of being authorized to, bid on transit vehicle procurements, to certify that it has complied with the requirements of June 30, 2004 Page 11 City of Chula Vist)l 49 CFR Part 26. The City of Chula Vista will direct the transit vehicle manufacturer to the subject requirements located on the Internet at http:// 0 sdbuweb. dot. gov/pro grams/ dbe/ d be.htrn. XVII. Good Faith Efforts (§26.53) Information to be Submitted The City of Chula Vista treats bidders'/offerors' compliance with good faith effort requirements as a matter of responsiveríèss. 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 the City of Chula Vista, 276 Fourth Avenue, Chula Vista, CA 91910, no later than 4:00 p.rn. on or before the fourth day, not including Saturdays, Sundays and legal holidays, following bid opening: I. The names and addresses of known DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform: 3. The dollar amount of the participation of each DBE firm participant 4. Written and signed documentation of the contractor's commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confIrmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. Demonstration of Good Faith Efforts The obligation of the bidder/offeror is to make good faith efforts to meet the contract goal. The bidder/offeror can demonstrate that it has done a good faith effort, by either meeting the contract goal or documenting good faith efforts. The following personnel is responsible for determining whether a bidder/offeror who has not met the contract goal has documented sufficient evidence of good faith efforts to be regarded as responsive: Sandra Hernandez, Assistant Engineer. The City of Chula Vista will ensure that all information is complete and accurate and adequately documents the bidder/offeror's good faith efforts before a commitment to the performance of the contract by the bidder/offeror is made. Administrative Reconsideration Within 10 days of being informed by the City of Chula Vista that it is not responsive because it has not documented sufficient good faith efforts, a bidder/offeror may request administrative reconsideration. Bidder/offerors should make this request in writing to the following reconsideration official: Jack Griffin, Director of General Services. The June 30, 2004 Page 12 City of Chula Vista 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 have 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. The City of Chula Vista 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 administratively final and is not appealable to Caltrans, FHW A or the DOT. Good Faith Efforts when a DBE is ReDlaced on a Contract The City of Chula Vista will reqúire 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 immediately of the DBE's inability or unwillingness to perfonn and provide reasonable documentation of the reasons for its failure to perform. In this situation, the prime contractor will be required to obtain prior approval of the substitute DBE from the City of Chula Vista and 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, the City of Chula Vista contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a tennination for default proceeding. XVIII. Counting DBE Participation (§26.55) The City of Chula Vista will count DBE participation toward overall and contract goals as provided in the contract specifications for the prime contractor, subcontractor, j oint venture partner with prime or subcontractor, or vendor of material or supplies. XIX. Certification (§26.83(a» The City of Chula Vista ensures that only DBE fIrms currently certified on the Caltrans' directory will participate as DBEs in its program. XX. Information Collection and Reporting (§26.11) Bidders List The City of Chula Vista 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 November 25, 2003 Page 13 Ci~ofCJnilaYl!òbt bidders list will include the name, address, DBElnon-DBE status, age, and annual gross receipts of firms on the list Monitoriœ PaYments to DBEs Prime contractors are required to maintain records and documents of payments to DBEs for three years following the perfonnance of the contract. Tbe contractor will make these records available for inspection upon request by any authorized representative of the City of Chula Vista, Caltrans or FHW A. This reporting requirement also extends to any certified DBE subcontractor. Payments to DBE subcontractors will be reviewed by the City of Chula Vista to ensure. that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule ofDBE participation. ReDortim! to Caltrans Tbe City of Chula Vista - Final utilization of DBE participation will be reported to the DLAE using the Final Report Utilization of Disadvantaged Businesses form (Exhibit l7-F of the LAPM). Confidentiality Consistent with federal, state and local laws, the City of Chula Vista will safeguard from disclosure to third parties., any information that may reasonably be regarded as confidential business information. Jd'ð~_- ê>ß¡IO\t Date: This Disadvantaged Business.EnterprisesProgram is accepted by: ~ ~& ~.. .~.................-... ...... .. ... .. Gary L. enese, P.E., Disuict Local Assistance Engineer U /i'/tI'f . . Date: J:\Engm...;oeSIGNIDBIl·D\04-OS 1'Io.Id\1cpr<!¡:;t;W104-OS..... November 25, 2003 Page 14 CllY OF CHUlA VISTA ATTACHMENT! CITY OF CHULA VISTA ORGANIZATIONAL CHART (FY 04/05) Jack Griffin, Director of General Services Alex Al-Agha, City Engineer Matt Little, Project Development & Management Frank Rivera, Deputy City Engineer -+ Sarnir Nuhaily, Senior Civil Engineer ---+ Sandra Hernandez, DBE Liaison Officer, Assistant Engineer Greg Tscherch, EEO Officer Assistant Civil Engineer Roberto Solorzano, Labor Compliance Officer Assistant Engineer (J:lEngineerIDESJGN\DBE-DlO4-05 ProglATIACHMENT LdDC) -+ -+ ATTACHMENT 2 DISADVANTAGED BUSINESS PROGRAM (DBE) FOR U$ DOT FUNDED PROJECTS FOR THE CITY OF CHULA VISTA GOALS AND METHODOLOGY FY: 04/05 1. The number of available and willing DBE's in the San Diego area was obtained by using a database program, prepared by SANDAG, CALTRANS' California Uniform Certification Program (UCP) database and the total number of available and willing firms located in the San Diego County area that was obtained from the 2001 Census Bureau's Còunty Business Pattern Database. Attachment 5 lists all the available DBE firms and includes all North American Industry Classification Systems (NArCS) Codes, formally known as Standard Industry Codes (SIC), used for the census data. Attachment 4 lists all the "DBE Classifications" (NArCS codes) used in Chula Vista. This list includes only those classifications, which were likely to be used on City of Chula Vista DOT assisted projects. 2. Step 1: Overall Goal Calculation (BASE FIGURE/DBE AVAILABILITY) Per our query of the CALTRANS' database (Attachment 5), there are 202 available DBE Firms that can perform various types of work likely to be used on City of Chula Vista DOT assisted projects and 5,256 total firms, per the "2001 Census", in San Diego available to perfonn the same work. This yields an initial Base Figure of3.8%. 202 Available DBE Firms /5,256 Available Firms in San Diego = 3.8 % (See end of Attachment 5, page 12) However, due to DBE Firms performing work in several different NArCS codes, and in various Work Categories, resulting in much duplication of many fIrms, the DBE availability can be shown in several ways. The exhibits break down the DBE's into all the various codes and categories, and availabilities. The most fair and equitable way to detennine the DBE availability and which also gives a realistic DBE availability percentage is to compare the total number ofDBE's within each NAICS code against the total number of fIrms within that same NArCS Code. Our revised Base Figure is 6.18%. (325 DBE Firms divided by 5,256 total firms, based on summaries for each NAICS code) (See Attachment 6) 3. Past Performance - (See Table "DBE Participation in Federally Assisted Projects" (Attachment 3) The City of Chula Vista has a Bidder's List. The City of Chula Vista has not collected sufficient data to date for consideration in adjusting the base figure, however, the City of Chula Vista will continue to capture information from all bidders at the time of bid and/or proposal submission and will utilize such information in future goal-setting analysis. The City of Chula Vista is not aware of any current disparity studies within the City's jurisdiction for consideration in the goal-setting analysis and/or adjustment. (J:\Engineer\DESIGN\DBE-D\04-05 Prog\ATT ACHMENT 2.doc) Page 1 of2 4. Step 2: Overall Goal Adjustment For the period of October 1, 2004 to September 30, 2005, the City of Chula Vista expects to continue preliminary engineering design and environmental work on the Willow Street Bridge Replacement Project and award consultant contracts. The City will also begin construction on a Hazard Elimination Project at Second Avenue and "H" Street Both projects will be DOT assisted. Based on the availability ofDBE's for each type of work (Shown on Attachment 6) on each project, a percentage of DBE participation was calculated for each project The average DBE Participation Rate of the two projects is 5.7%. See the Table below. Project Project Name Projected DBE Project % of No. Amount Award Goals Goal STL-261 Willow Street Bridge $800,000 $51,360 5.7% 100% Replacement TF-311 Hazard Elimination Proiect $95,040 $0 ··0% 0% Totals $895,040 $51,360 5.7% 100% 5. The entire goal of (5.7%) is to be accomplished through race-conscious measures, which includes establishing contract specific goals on contracts with contracting possibilities, when needed, to meet the City of Chula Vista's overall annual DBE goal. We will also utilize race-neutral methods to increase the DBE participation. This includes; making efforts to assure that bidding and contract requirements facilitate participation by DBE's and other small businesses; unbundling large contracts to make them more accessible to small businesses; encouraging prime contractors to subcontract portions of the work that they might otherwise perform themselves; and providing technical assistance and other services to facilitate consideration of DBEs and others small businesses. 6. In conformance with Public Participation Regulatory requirements of 49 CFR Part 26.45 and CALTRANS Local Assistance Procedures Manual (LAPM), Chapter 9, this goal analysis has been reviewed with minority, women, local business chambers, community organizations, and other U.S. DOT recipients. These entities are knowledgeable about the availability of disadvantaged and non-disadvantaged businesses and the effects of discrimination on contracting opportunities for DBE's within the Authority's marketplace. Additionally, the City of Chula Vista has published a Public Note in general circulation media, announcing the City of Chula Vista proposed overall annual goals for the FY 2004/2005 contracts assisted by FHW A. Such Notice infonned the public that the proposed goals and their rational were available for inspection at the City of Chula Vista during normal business hours for 30 days following the date of the Public Notice and, that the City ofChula Vista and FHW A will accept comments on the goals for 45 days from the date of the Public Notice. The required public participation provisions will be fully satisfied prior to submitting the City of Chula Vista's DBE Program and Overall Annual DBE Goal for Final Review and Approval. (J:\EnginecrIDESIGN\DBE-DID4-05 ProglATI ACHMENT 2.doc) Pa.ge 2 of2 ATïACHMENT 3 CITY OF CHULA VISTA DBE Participation in Federally Assisted Projects Chula Vista's Proposed Overall DBE Goal (FY"' 04/05) = 5.9% (Begins 1Q..01-04) FUTURE/CURRENT PROJECTS· (FY ·04/05) (Oct 2004 - Oct 2005) I CONTRACT AWARD INFO. ProJect Amcunt Federal DBE Project Goals Actual Contnlct ACTUAL DBE % of ActU81 Pro; No. Pmiect Name FY-D3/G4 Contribution (%) I Amount ($) DatelResa, Amount AWARD Contract % WlJlowStreet - Bridge Environmental $400000 $320,000" f--- 6.30% $2Q¡~º -- STL-261 Replacement ($11,000,000) Desion Phase $600000 $480000 * 6.50% $31,200 (Total) Total $1,000,000 $800,000 * 6.42% I· $51,360 sa sa Prelim Desian $3000 $2700 0.00% sa TF-31' Hazard Elimination aì2ndand"WSt ConstnJction $102600 $92,340 0.00% $0 Total $105,600 $95,040- $0 $0 TOTALS (FY-Q3/G4\ $1,105,600 $895,040 5.74% $51,360 Overall Goal 5.74% - .. 80% Fed Metcn 90% Fed Matctl CURRENT UNDER CONSTRUCTION PROJECTS - (FY - 01/02 _ 03/04) (Oct 2001 . Oct 2004) Expected ACTUAL CONTRACT Projected Goal (%j/ Contract CONTRACT AWARD INFO. Actuill DBE ACTUAL DBE % of Actual Proj No. Project Name Amount Amounti$1 Amount AMOUNT DatefFœso. Amount AWARD Contract .. Olympic Parkwayl STM-328 1805 Interchange Constr.Phase $14,859,035 $13,500,000 $146779 $146779 1.1% ($21,400,000) '0% (fedcont1 .. (Tata~ TataJ $22,000,000 $1,379,700 ""41 $146,779 $146,779 TF-309 Hazard ElImination at 4th and Orange $90,000 $0 $54,000 $54,000 Oct-03 $0 $0 0.0% 0.00% 10.6% '1'·922 Palomer street Improvements $1,800,000 $194,400 $1,800.000 $2,168,930 2/18/03 $194,000 $19,915 10.8% 0.92% Traffic Slgnel Cammunication LInks . 0%/ - -=·290 C.v. & eafTrans Sianals1' $470,000 $0.00 $400,000 $400,000 Navember, 2003 $0 $0 0.0% 0.00% I Totals/Average % $24,360,000 6.5% $2,254,000 $2,622,93D $340,779 $166,694 6.36% 6.36%11 - Changed Goal to 0% after Design was completed. (Scope of work did nat ¡nclude work likely to be dane by DBE) COMPLETED PROJECTS ACTUAL Overall CIty Contract CONTRACT CONTRACT AWARD Expected DBE ACTUAL DBE % of Actual Proj No. Project Name Goal Amount AMOUNT INFO. Date/RuII. Award AWARD Contract .. PROJECTS AWARDED FY- 01102 . (Oct 2001~ Oct 2D02) (Chula Vista's Current Overal1 DBE Goal (FY - 01102) .. 10.2%) 0%/ - 11120101 #2001- TF·283 Trafflc Sional Upgrade ModIfications $112,000 $0.00 $112,000 $95,100 3B' $0 0.0% 0.0% PROJECTS AWARDED FY - 00/01 - (Oct 2DOO - Oct 20D1) (Chula Vista's Current Overall DBE Goal (FY. 00/01) .. 13.4%) CltywideOver1ay - 14.3%/ 04/24101 #2001- STL·267 Pro·ect·(()4..24-01) $5,805489 $858 000 15472000 $5.743,845 120 $118440 $149906 2.0% 2.61% Traffic Signal System Update to 0%/ 05129101 TF·237 AdaotlveSvstem-IS1291O';\ . $877 000 $0.00 $328538 $328,538 #200'- $0 $0 0.0% 0.0% Protectlve/Permissive Traffic Sig-nal 7.7%/ - 08/07/01 TF-278/28 Mad1ficatlonsat12 Locations $313.816 $24,163.83 $270,003 $270,003 #2001-246 $0 $D 0.0% 0.0% PROJECTS COMPLETED PRIOR (Chula Vista's Overall DBE Goal" 15%) TO FY . 00101 fFY-9719898199,99/00\ MTDB Right of Way Beautification 12119/00 lD-106 Project-(07-25-00) 15% $286,447.34 $286,447.34 #200D-265 $62,400.00 $64,176.22 21.8% 22.4% Traffic Si¡¡nal Modifications at Various 07/29100 #200(' TF·234 Locations· (07-25-D0) 15% $191,280.00 $206,060.00 248 $0.00 $0,00 0.0% 0.0% Actual OVERALL PARTICIPATION 5417,727.34 $492,527.34 $62,400.00 $64,176.22 13.06% 13.03% USING ALl.. PROJECTS $9,552,944 $380,776.22 3.99% SUMMARY OF RESULTS FROM (FY-97/98, 98/99, 99100, 00/01, 01102, & 02103) (USING ONLY PROJECTS $8,199,223 $380,776.22 4.64% WITH GOALS) SUMMARY OF RESULTS FROM (USING ONLY PROJECTS $8,199.223 $380,776.22 4.64% (FY·97/98, 98/99, 99/00,00101, 02103) WITH GOALSj (Att 3 (EXH!BIT A).Jds (07t\4I2004) _J w:.:,,,",==_~.;.:,.:.;..,,,,,,,,,,_.--_....»:«",,,,,,,,,,,,,,,,,,,,,",,,,_, '1««:::' ~""'" ~"""> ",*",_,*"""""","'=-V' DBE CLASSIFICATIONS USED IN CHULA VISTA . Attach ment 4 naics dba 221310 Water SUIJDlv and Irrization Svstel1'l.j· 1 A. B. HASHMI - 2 ACCURATE ENGINEERINGJNTEGRATED CONST SERVICES INC 3 AMERI-MEX PLUMBING, INC. 4 HENDRICKSON CONSTRUCTION, INC. 5 METROPOLITAN CONSTRUCTION 6 OROPEZA CONSTRUCTION, INC. 237310 Hi¡zhwav. Street. and Bridze Construction 1 A & P DRYWALL 2 A AND T ELECTRIC 3 ALONSO PAINTING 4 APOLLO PLUMBING AND HEATING 5 ARNIE'S DOOR & INSTALLATION,INC 6 AZTEC LANDSCAPING. INC 7 BAY CITY MARINE, INC 8 BELL TILE 9 BENDIX CONTRACTING CORPORATION 10 BERT W SALAS, INC 11 C & K ORILLlNG, INC 12 C L ENTERPRISE 13 CALIFORNIA DIRT COMPANY 14 CATS EXCAVATING, INC 15 CECILIA·S SAFETY SERVICE. INC. 16 CENTURION LANDSCAPE CONSTRUCTION 17 COASTAL HEATING & AIR CONDITIONING 18 COLLINS PAINTING 19 CO'S TRAFFIC CONTROL. INC 20 CYBER PAINTING 21 D L S CONSTRUCTORS, INC. 22 OEMOLlTION CONTRACTORS INC. 23 OYNAORILL INTERNATIONAL INCORPORATED 24 ELKEN CONTRACTING, INC 25 FAMINIA CONSTRUCTION 26 GHASSAN CONSTRUCTION COMPANY 27 GIM GENERAL ENGINEERING CONTRACTOR 28 GOLDEN WEST ELECTRIC 29 GUTIERREZ CONSTRUCTION COMPANY 30 HABITAT WEST, INC 31 HAR CONSTRUCTION, INC. 32 HENDRICKSON CONSTRUCTION, INC. 33 HUDSON SAFE-T-LlTE RENTALS 34 HURRICANE & POWAY FENCE COMPANY foVednesdl1Y, July 14, 2004 Attachment 4 city phone LAKESIDE 619 708-5738 SAN DIEGO 858 548-1789 CHULA VISTA 819 422-a996 CATHEDRAL CITY 619 328-1747 BONITA 619 475-5651 SAN DIEGO 619 575-8033 ESCONDIDO 760 746-6663 SAN DIEGO 619 264-a344 SPRING VALLEY 619 660-5395 CHULA VISTA 619 426-5755 LA MESA 619 447-5580 LEMON GROVE 619 464-3303 NATIONAL CITY 619 477-3991 SAN DIEGO 619 222-131S SAN DIEGO 619 287-0900 SANTEE 619 562-7711 VALLEY CENTER 760 749-3960 JAMUL 619 669-5396 SAN DIEGO 619 262-S921 SAN DIEGO 619 264-4125 DEL MAR 858 793-4465 EL CAJON 619 448-2246 OCEANSIDE 760 672-1 053 SAN DIEGO 619 583-6143 DEL MAR 858 259-0300 CHULA VISTA 619 427-0967 MURRIETA 760 940-6322 CHULA VISTA 619 427-4245 OAK HILLS 760 244-6047 LEMON GROVE 619 698-1168 NATIONAL CITY 619 267-3440 OCEANSIDE 760 941-5839 ENCINITAS 760 436-5870 SAN DIEGO 619 298-0255 HESPERIA 760 956-1252 ESCONDIDO 760 735-9378 SAN DIEGO 619 325-5995 CATHEDRAL CITY 619 328-1747 SAN DIEGO 619 661-6180 RAMONA 760 789-4142 Page 1 0[8 naics dba city phone 35 HYDROSPROUT, INC. LAWN & SLOPE SEEDING ESCONDIOO 760 432-8233 36 INTERWEST PACIFIC. LTD. SOLANA BEACH 858 259-2062 37 J C ENVIRONMENTAL COMPANY, INC NATIONAL CITY 619 477-4416 38 J R PINA ASPHALT PAVING SAN MARCOS 760 746-7677 39 L C PAVING & SEALING SAN MARCOS 760 752-1743 40 METROPOLITAN CONSTRUCTION BONITA 619 475-5651 41 MISSION VALLEY LANDSCAPE CO., INC. SAN OIEGO 619 283-6521 42 MJC CONSTRUCTION CHULA VISTA 619 427-2570 43 MONICA CONSTRUCTION COMPANY LEMON GROVE 619 527-4818 44 NATIONAL GLASS & MIRROR SAN DIEGO 858 292-5651 45 NATIVE LANOSCAPE, INC. ESCONDIDO 760 735-8700 46 NORTH STATE SIGNS FALLBROOK ' 760 728-4587 47 NOVA ELECTRIC, INC. CHULA VISTA 619 425-0513 4a OAKCREST LANDSCAPE CO SAN OIEGO 619 448-9090 49 OLSEN STEEL, INC. EL CAJON 619 390-7700 50 OROPEZA CONSTRUCTION, INC. SAN DIEGO 619 575-8033 51 PACIFICA CONTRACTING, INC. SAN DIEGO 858 483-9988 52 PAYCO SPECIAL TIES, INCORPORATED CHULA VISTA 619 422-9204 53 PDI COATINGS POWAY 858 679-0742 ~ 54 PORTILLO CONCRETE LEMON GROVE 619 466-4639 55 PRECISION HEATING & AIR CONDITIONING INC. SPRING VALLEY 619 463-0357 56 R D H BACKHOE SAN DIEGO 619 572-1781 57 RAUL MENOOZA CONSTRUCTION, INC. LAKESIDE 619 390-5964 58 ROBERT ZALDIVAR MASONARY RAMONA 760 788-7561 59 ROBERTS ELECTRICAL CONTRACTOR SAN DIEGO 858 578-2729 60 ROMERO GENERAL CONSTRUCTION CORP. ESCONDIDa 760 489-8412 61 RUBIO'S CONCRETE CONSTRUCTION CHULA VISTA 619 424-6960 62 SAN DIEGO BAY AREA ELECTRIC, INC POWAY 856 748-2060 63 SAPPER CONSTRUCTION COMPANY SPRING VALLEY 619 465-7= 64 SCHEIDEL-CONTRACTING AND ENGINEERING. INC EL CAJON 619 593-8704 65 SIERRA ELECTRIC EL CAJON 619 267-5008 66 STAR PAVING CORPORATION SAN DIEGO 619 661-1612 67 STATEWIDE STRIPES, INC SAN DIEGO 858 560-6887 66 SUPER MARIO PORTABLE WELDING ESCONDIDO 760 839-9084 69 SYNERGY ELECTRIC COMPANY INC. SANTEE 619 596-7688 70 TRI-COUNTY DRILLING, INC SAN DIEGO 658 271 -0099 71· TRUE CHAMPIONS CONSTRUCTION SAN OIEGO 619 276-6999 72 VALLEY FENCE COMPANY RIOGECREST 760 446-3100 73 VICTOR'S QUALITY PLASTERING SAN DIEGO 619 267-5911 74 WESTERN STEEL & METALS, INC SAN DIEGO 619 235-0171 237990 Other Heavv and Civil En'21neerin¡z Construction 1 OROPEZA CONSTRUCTION. INC. SAN DIEGO 619 575-8033 2 SCHEIOEL-CONTRACTING AND ENGINEERING. INC EL CAJON 619 593-8704 3 TRUE CHAMPIONS CONSTRUCTION SAN DIEGO 619 276-6999 238140 Masonrv Contractors OYNADRILL INTERNATIONAL INCORPORATEO OAK HILLS 760 244-6047 f,Vedne.wlay, Ju.ly 14, 2004 Attachment 4 Page 2 of8 naics dba 2 HAR CONSTRUCTION. INC. 3 I E PACIFIC, INC 4 M L LITTLE BEAVER CONSTRUCTION INC 5 PRECISE CONSTRUCTION MANAGEMENT 6 ROBERT ZALDIVAR MASONARY 7 TRUE CHAMPIGN5 CONSTRUCTION 6 WILEY CONSTRUCTION 238210 Electrical Contractors 1 A AND T ELECTRIC 2 A. 8. HASHMI 3 ACCURATE ENGINEERING_INTEGRATED CONST SERVICES INC 4 ACME SAFETY & SUPPLY CO, LLC 5 8ENDIX CONTRACTING CORPORATION 6 CALWEST ELECTRIC 7 CASTRO ELECTRIC 8 CITY EVENT STAFF SERVICES 9 FULLER ELECTRIC 10 GOLDEN WEST ELECTRIC 11 I E PACIFIC, INC 12 M L LITTLE 8EAVER CONSTRUCTION INC 13 OROPEZA CONSTRUCTION, INC. 14 PACIFIC ELECTRONICS 15 PACIFIC WEST 8UILDERS 16 PACIFICA CONTRACTING, INC. 17 PRECISE CONSTRUCTION MANAGEMENT 18 Q-TEC INC 19 ROBERTS ELECTRICAL CONTRACTOR 20 SAN OIEGO 8AY AREA ELECTRIC, INC 21 SOUTH8AY EDC, INC. 22 SYNERGY ELECTRIC COMPANY INC. 23 THE EXIT LIGHT CO, INC 238220 Plumbinfl. Heatinfl. and Air-Condilionin,? Contmclo 1 ACCURATE ENGINEERING_INTEGRATED CON5T SERVICES INC 2 ACTION CLEANING CORP 3 AMERI-MEX PLUM8ING, INC. 4 COASTAL HEATING & AIR CONDITIONING 5 COMFORT ZONE AIR CONOITIONING & HEATING SRVC INC 6 I E PACIFIC, INC 7 M L LITTLE 8EAVER CONSTRUCTION INC 8 PIPELINE PLUM81NG AND MECHANICAL 9 PRECISE CONSTRUCTION MANAGEMENT 10 PRECISION HEATING & AIR CONDITIONING INC. 11 TEZA DESIGN 12 WESTERN BAY SHEET METAL & MARINE, INC 238910 Site PreDaranon Contractors A. 8. HASHMI "'Ved1l.e:rday, Jrdy 14, 2004 Attachment 4 city phone SAN DIEGO 619 325-5995 SAN DIEGO 619 671-5870 BOULEVARD 619 766-4982 SAN DIEGO 858 792-6294 RAMONA 760 788-7S81 SAN DIEGO 619 276-6999 OCEANSIDE 760 967 -09a2 SAN DIEGO 619 264-8344 LAKESIOE 619 706-5738 SAN DIEGO 858 546-1789 SAN DIEGO 619 299-5100 SAN DIEGO 619 287-0900 SAN DIEGO 619 284-9700 LAKESIOE 619 992-0037 SAN DIEGO 858 268-19a3 SAN DIEGO 619 276-5411 SAN DIEGO 619 296-0255 SAN DIEGO 619 671-5870 BOULEVARD 619 766-4962 SAN DIEGO 619 575-8033 CHULA VISTA 619 248-2543 BONITA 619 479-6379 SAN DIEGO 858 483-9988 SAN DIEGO 858 792-6294 DEL MAR 858 259-3858 SAN DIEGO 858 578-2729 POWAY 858 746-2060 BONITA 819 267-6881 SANTEE 619 596-7688 SAN DIEGO 619 521-1275 SAN DIEGO 858 546-1789 SAN DIEGO 619 233-1881 CHULA VISTA 619 422-8996 OCEANSIDE 760 672-1053 SPRING VALLEY 619 660-9371 SAN DIEGO 619 671-5870 BOULEVARD 619 766-4962 SAN DIEGO 858 535-9797 SAN DIEGO 85B 792-6294 SPRING VALLEY 819 463-0357 LA MESA 619 465-8820 SAN DIEGO 619 233-1753 LAKESIDE 619 706-5738 --------_..------------ Page 3 of8 nales dba 2 ACTION CLEANING CORP 3 ALONSO CONSTRUCTION 4 BERT W SALAS, INC 5 C & L CONSTRUCTION, INC 6 CALIFORNIA DIRT COMPANY 7 CANTARINI TRACTOR 6 CATS EXCAVATING, INC 9 CONTRERAS CONSTRUCTION CO. 10 D L S CONSTRUCTORS, INC. 11 OEMOLlTION CONTRACTORS INC. 12 ESTRADAS CONTRACTING SERVICES 13 GHASSAN CONSTRUCTION COMPANY 14 GIM GENERAL ENGINEERING CONTRACTOR 15 GUTIERREZ CONSTRUCTION COMPANY 16 HENDRICKSON CONSTRUCTION, INC. 17 I E PACIFIC, INC 1 B INTERWEST PACIFIC, L TO. 19 J. F. TEJEDA COMPANY 20 LORI R. LOVETT. GENERAL ENGINEERING CONTRACTING 21 METROPOLITAN CONSTRUCTION 22 MJC CONSTRUCTION 23 NOVA ELECTRIC, IN.C. 24 OROPEZA CONSTRUCTION, INC. 25 P. A. WILSON 26 PACIFICA CONTRACTING, INC. 27 R D H BACKHOE 28 ROBERTS ELECTRICAL CONTRACTOR 29 ROMERO GENERAL CONSTRUCTION CORP. 30 SCHEIDEL-CONTRACTING ANO ENGINEERING, INC 31 SIM ENGINEERING INC. 32 STAR PAVING CORPORATION 33 SUNSHINE DEVELOPMENT 34 WILEY CONSTRUCTION ..----.-------.- 327332 Concrete Pive ManufaClurinf! 1 C & L CONSTRUCTION, INC 2 D L S CONSTRUCTORS, INC. 3 MIS LOPEZ ENTERPRISE 444]90 Other Buildinf! Material Dealers 1 ABURTO MARINE & INDUSTRIAL SUPPLY 2 AFRICANA 484110 General Freif!ht T/lIc!dn¡!. Local 1 ACTION CLEANING CORP 2 BURNS AND SONS TRUCKING, INC 3 CALIFORNIA DIRT COMPANY 4 CANTARINI TRACTOR 5 GEORGE ALVARAOO TRUCKING ------- Wednesday, Ill.ly 14, 2004 Attachment 4 city phone SAN DIEGO 619 233-1B81 SPRING VALLEY 619 660-6258 SANTEE 619 562-7711 ALPINE 619 659-3500 SAN DIEGO 61 9 262-5921 FALLBROOK 760 nIJ-1755 SAN OIEGO 619 264-4125 INDIO 760 347-6070 MURRIETA 760 940-6322 CHULA VISTA 619 427-4245 SPRING VALLEY 619 464-4320 OCEANSIOE . 760 941-5839 ENCINITAS 760 436-5870 HESPERIA 760 956-1252 CATHEDRAL CITY 619 32IJ-1747 SAN DIEGO 619 671-5870 SOLANA BEACH 858 259-2062 EL CAJON 619 561-2277 WRIGHTWOOD 760 249-5428 BONITA 619 478-5651 CHULA VISTA 619 427-2570 CHULA VISTA 619 425-0513 SAN DIEGO 61 9 575-8033 EL CAJON 619 440-6644 SAN DIEGO 858 483-9988 SAN DIEGO 619 572-1781 SAN DIEGO 858 578-2729 ESCONDIOO . 760 489-8412 EL CAJON 619 593-8704 FALLBROOK 760 731-6125 SAN OIEGO 619 661-1612 EL CENTRO 760 353-6388 OCEANSIDE 760 967-0982 ALPINE 619 659-3500 MURRIETA 760 940-6322 SAN DIEGO 619 696-9565 SAN DIEGO 619 220-0719 LEMON GROVE 619 248-2355 SAN DIEGO 619 233-1881 SPRING VALLEY 619 460-5394 SAN OIEGO 619 262-5921 FALLBROOK 760 728-1755 CALEXICO 760 357-1550 -._--- Page 4 0/8 naics dba city phone 6 MC LEOD TRUCKING EL CAJON 619 442-9328 7 NOLBERTO DOMINGUEZ TRUCKING BRAWLEY 760 344-1817 8 PEPPER TRUCKING INC RAMONA 760 788-7B54 9 STEPHENS TRUCKING HESPERIA 760 956-3565 10 WELK TRUCKING. INC. EL CAJON 619 562-1512 5]2120 Truck. Utilitv Trailer. and RV (Recreational Vehicle) 1 CALIFORNIA DIRT COMPANY SAN DIEGO 619 262-5921 2 GEORGE ALVARADO TRUCKING CALEXICO 760 357-1550 3 HERNANDEZ TRUCKING EL CENTRO 760 353-4527 4 NOLBERTO DOMINGUEZ TRUCKING BRAWLEY 760 344-1817 5 PEPPER TRUCKING INC RAMONA 760 788-7854 6 SMITH TRUCKING COMPANY HESPERIA 760 244-2560 7 WELK TRUCKING, INC. EL CAJON 619 562-1512 5324]2 Construction, kfininf!. and Foresfr1' Machinen' and 1 BURNS ANO SONS TRUCKING, INC SPRING VALLEY 619 460-S394 2 CALIFORNIA DIRT COMPANY SAN DIEGO 619 262-5921 3 CANTARINI TRACTOR FALLBROOK 760 728-1755 4 GUTIERREZ CONSTRUCTION COMPANY HESPERIA 760 956-1252 5 JOHN'S EQUIPMENT RENTAL LAKESIDE 619 561-8129 6 PACIFICA CONTRACTING, INC. SAN DIEGO 858 433-9988 7 SIM ENGINEERING INC. FALLBROOK 760 731-8125 541]10 Architectural Services 1 PLATTNVHITELAW ARCHITECTS, INC SAN DIEGO 619 546-4326 2 RODRIGUEZ PARK SAN DIEGO 858 460-1 003 3 SAFDIE RABINES ARCHITECTS SAN DIEGO 619 297-8153 541]20 Landl·cave Architectural Services 1 ESTRADA & EDAW PARTNERSHIP SAN OIEGO 619 236-8443 2 ESTRADA LAND PLANNING. INC. SAN OIEGO 619 236-0143 3 GARBINI & GARB IN I LANDSCAPE ARCHlrECTURE SAN DIEGO 619 232-4747 4 MARUM PARTNERS INC SAN DIEGO 619 325-2992 5 PARTERRE SAN DIEGO 619 296-3713 6 TESHIMA DESIGN GROUP SAN DIEGO 858 693-8824 54]330 Enr!ineerÌnf! Serv;ces 1 ADVANCEOINFRASTRUCTURESYSTEMS LA MESA 619 447-5380 2 AGUIRRE & ASSOCIATES LA MESA 619 464-6978 3 AMERICAN CONCURRENT ENGINEERING SERVICES CHULA VISTA 619 491-4168 4 AURORA INDUSTRIAL HYGIENE, LLC SAN OIEGO 619 276-5901 5 BIZBEES WARRIORS, INC. SAN OIEGO 619 997-5492 6 0 R VOESIGN SAN DIEGO 858 592-8829 7 DYNAMIC SAN DIEGO 858 578-8468 8 EPIC CONSULTING ENGINEERS SAN DIEGO B58 565-4185 9 ERB ENGINEERING, INC. POWAY 858 748-2130 10 EROSION CONTROL SPECIALISTS JAMUL 619 588-9971 11 ESKlNDER BERHANU & ASSOCIATES SAN DIEGO 858 569-0390 12 ESTRADA & EDAW PARTNERSHIP SAN DIEGO 61 9 236-8443 13 G2D RESOURCES, LLC SAN DIEGO 858 213-4030 WetI11.esd.aJ1, July 14, 2004 Attachment 4 PageS of8 naics dba city phone 14 GARY ENGINEERING, INC. SAN DIEGO 619 483-0620 15 GSSI ENGINEERS SAN DIEGO 619 687-3814 16 HERITAGE RESOURCES RAMONA 760 789-8509 17 HON CONSULTING INC SAN DIEGO 619 294-3990 18 HUMAN SYSTEMS DEVELOPMENT POWAY 858 254-9086 19 HUNTER PACIF.!C GROUP SAN DIEGO 619 232-2321 20 HVAC ENGINEERING,INC. SAN DIEGO 858 569-6591 21 INFRASTRUCTURE ENGINEERING CORPORATION SAN DIEGO 858 451-6704 22 IR2 - INTERIOR RESOURCE, INC SAN DIEGO 619 231-8797 23 ISAACSON PLANNING SAN DIEGO 619 582-3117 24 J.E. MALDONAOO ARCHITECT SAN DIEGO 619 298-2340 25 JCI SERVICES, INC SAN DIEGO 858 270-9567 26 JOSE CARLOS ROMERO, CIVIL ENGINEER AND LAND SURVEY CALEXICO 760 357-1757 27 L K S & ASSOCIATES SAN OIEGO 858 530-9988 28 LANDMARK CONSULTANTS, INC EL CENTRO 760 370-3000 29 LEPORE CONSULTING DEL MAR 858 259-1062 30 LIBBY ENGINEERS, INC SAN OIEGO 619 280-3907 31 LlNTVEOT, MCCOLL & ASSOCIATES SAN DIEGO 619 294-4440 32 LOPEZ ENGINEERING INC SAN DIEGO 619 275-5658 - 33 MEDLIN & ASSOCIATES CARLS BAD 760 930-6515 34 MORAES/PHAM & ASSOCIATES CARLS BAD 760 431-7177 35 ONAKA PLANNING & ECONOMICS LA JOLLA 858 535-1420 36 PARAS & ASSOCIATES BONSALL 760 630-2039 37 PARTERRE SAN OIEGO 619 296-3713 38 PROFESSIONAL CONSULTING GROUP LA MESA 619 660-1355 39 Q & S ENGINEERING ESCONDIDO 760 480-9972 40 Q-TEC INC DEL MAR 858 259-3858 41 R 8 K A SAN DIEGO 858 496-0500 42 RICHARO BRADY & ASSOCIATES SAN DIEGO 85a 496-0500 43 SAN OIEGO BAY AREA ELECTRIC, INC POWAY 858 748-2060 44 SAN DIEGO PUMP & COMPRESSOR SUPPLY NATIONAL CITY 619 474-0843 45 SCIENTIFIC RESOURCES ASSOCIATED SAN DIEGO 858 488-2987 46 SIMON WONG ENGINEERING SAN OIEGO 858 566-3113 47 SOTA ENVIRONMENTAL TECHNOLOGY. INC. SAN OIEGO 858 485-a100 48 SOUTHLANO GEOTECHNICAL CONSULTANTS EL CAJON 619 442-8022 49 SUSAN HECTOR CONSULTING SAN DIEGO 619 501-6005 50 TEZA DESIGN LA MESA 619 465-8820 51 THE ENGINEERING PARTNERS, INC. SAN DIEGO 858 52 TIERRA ENVIRONMENTAL SERVICES, INC SAN DIEGO a58 578-9064 53 TRAN CONSULTING ENGINEERS SAN DIEGO 619 275-5a78 54 UNIVERSAL STRUCTURES SOLANO BEACH a58 259-6122 55 VERA BERGER, PH.D.,P.E. SAN DIEGO 619 464-1952 56 VERIFAX CONSULTING INCORPORATED ESCONDIDO 760 839-1459 57 WEST CONSULTANTS, INC SAN DIEGO 858 487-9378 5a ZAGRODNIK & THOMAS ARCHITECTS SAN DIEGO 619 528-1199 541340 Draftinf! Services - ------------- WedneslÚIy, July 14, 2004 Attachment 4 Page 60f8 J naics dba 1 AMERICAN CONCURRENT ENGINEERING SERVICES 2 CRUZ ESTRELLA·S CADD & DRAFTING 3 DC DESIGN GROUP 4 D R V DESIGN 5 O-S-P, DESKTOP SOLUTIONS PLUS 6 ERB ENGINEEÆ!NG, INC. 7 G2D RESOURCES, LLC a IR2 -INTERIOR RESOURCE, INC 9 JCI SERVICES, INC 10 JOSE CARLOS ROMERO. CIVIL ENGINEER AND LAND SURVEY 11 MANUEL ONCINA ARCHITECT.INC 12 MORAES/PHAM & ASSOCIATES 13 PARAS & ASSOCIATES 14 PARTERRE 15 RODRIGUEZ PARK 16 SAFDIE RABINES ARCHITECTS 17 TEZA DESIGN ------------------- ------------------...------------..-- 541370 Survevine and Mavvinf! (excevt Geovhvsical) Servic 1 AGUIRRE & ASSOCIATES 2 BERGGREN LANO SURVEYING & MAPPING INC 3 DYE SURVEYING, INC. 4 ERB ENGINEERING, INC. 5 JOSE CARLOS ROMERO, CIVIL ENGINEER AND LAND SURVEY 6 LlNTVEDT, MCCOLL & ASSOCIATES -. . Testinf! Laboratories 1 AGRI SERVICE 2 AURORA INDUSTRIAL HYGIENE, LLC 3 DRUG TESTING NETWORK 4 HERITAGE RESOURCES 5 LABORATORY DATA CONSULTANTS 541380 6 TESTING SERVICES & INSPECTION, INC ------------..-.-...------ . ---------------- 541620 Environmental Consultinf! Services 1 AGUIRRE & ASSOCIATES 2 BERGGREN LAND SURVEYING & MAPPING INC 3 C I C RESEARCH, INC 4 JNE & ASSOCIATES 5 MARQUEZ & ASSOCIATES BIOLOGICAL CONSULTANTS 6 TRAN CONSULTING ENGINEERS ----------------- ----------------------------------------------------------------------- 541690 Other Scientific and Technical Consultinf! Services 1 ABC SEATING 2 ABURTO MARINE & INDUSTRIAL SUPPLY 3 ACME SAFETY & SUPPLY CO, LLC 4 AGRI SERVICE 5 AURORA INDUSTRIAL HYGIENE, LLC 6 AZTEC LANDSCAPING, INC 7 C I C RESEARCH, INC Wedn.esday, July 14, 2004 Attachment 4 city phone CHULA VISTA 619 491-4168 SAN DIEGO 619 264-5326 SAN DIEGO 656 547-1011 SAN DIEGO 658 592-6629 SAN MARCOS 760 734-4800 POWAY 656 746-2130 SAN DIEGO 658 213-4030 SAN DIEGO 619 231-6797 SAN DIEGO 656 270-9567 CALEXICO 760 357-1757 LA JOLLA 658 459-1221 CARLS BAD 760 431-71n BONSALL 760 630-2039 SAN DIEGO 619 296-3713 SAN DIEGO 858 450-1003 SAN DIEGO 619 297-6153 LA MESA 619 465-8820 LA MESA SAN DIEGO LA MESA POWAY CALEXICO SAN DIEGO 619 464-6976 858 824-0034 619 697-9234 858 748-2130 760 357-1757 619 294-4440 VISTA SAN DIEGO VISTA RAMONA CARLSBAD 760 643-4041 619 276-5901 760 940-2015 760 789-8509 760 634-0437 SAN DIEGO 619 234-9904 -----------------....-.-..--.---.-...-- LA MESA SAN DIEGO SAN DIEGO SAN DIEGO ENCINITAS SAN DIEGO 619 464-6978 85a 824-0034 65a 637-4000 619 222-0016 760 633-3066 619 275-5878 LUCERNE VALLEY SAN DIEGO SAN DIEGO VISTA SAN DIEGO LEMON GROVE SAN DIEGO 760 247-7347 619 220-0719 619 299-5100 760 643-4041 619 276-5901 619 464-3303 656 637-4000 Page 70f8 naics dba city phone 8 CLASSIC DOOR & GLASS SAN MARCOS 760 744-4157 9 DAY ANO NIGHT POWER SWEEPING SAN DIEGO a58 a74-0060 10 D'LEON & ASSOCIATES INC SAN DIEGO 619 696-0031 11 EROSION CONTROL SPECIALISTS JAMUL 619 58a-9971 12 ESA MANAGEMENT & ENGINEERING CONSULTANTS SAN DIEGO 858 578-3695 13 ESTRADA & EDAW PARTNERSHIP SAN DIEGO 619 236-8443 14 HIGH-TECH ULTRASONIC CLEANING & RESTORATION SERVIC CHULA VISTA 619 264-3282 15 LANDMARK CONSUL TANTS.INC EL CENTRO 760 370-3000 16 LIBBY ENGINEERS, INC SAN OIEGO 619 280-3907 17 MEDLIN & ASSOCIATES CARLSBAO 760 930-6515 18 MISSION VALLEY LANDSCAPE CO., INC. SAN DIEGO 619 283-6521 19 MORAESIPHAM & ASSOCIATES CARLSBAD . 760 431-7177 20 NATIVE LANDSCAPE, INC. ESCONDIOO 760 735-8700 21 ONAKA PLANNING & ECONOMICS LA JOLLA 85a 535-1420 22 OROPEZA CONSTRUCTION, INC. SAN DIEGO 619 575-8033 23 Q & S ENGINEERING ESCONOIDO 760 430-9972 24 R B KA SAN DIEGO a58 496-0500 25 RICHARD BRADY & ASSOCIATES SAN DIEGO 85a 496-0500 26 SIMON WONG ENGINEERING SAN DIEGO 858 566-3113 27 SOTA ENVIRONMENTAL TECHNOLOGY, INC. SAN DIEGO 858 435-81 00 28 TECHNOLOGY MANAGEMENT, INC. SAN DIEGO 619 298-7877 29 TELEPHONE JACKS OCEANSIOE 760 758-3742 30 TRAN CONSULTING ENGINEERS SAN OIEGO 619 275-5878 31 UNIVERSAL STRUCTURES SOLANO BEACH 858 259-6122 32 WEST CONSULTANTS, INC SAN DIEGO 858 437-9378 561730 LcmdscClvinf! Services 1 HYDROSPROUT, INC. LAWN & SLOPE SEEDING ESCONDIDO 760 432-8233 2 OROPEZA CONSTRUCTION, INC. SAN DIEGO 619 575-8033 ---.----------------- l<Vedne.wlay, In{l' 14, 2004 ----------- Attachment 4 Page 8 0/8 .w.....·.......~...............v.-.......w...................·...~·...............,.......w.......~w.....~.=~...........^.....".....·........w...................~w...............·.........,.....·.~·...."..............................'""^"""".,.....,.,......"".......·,.......................".......""'"""'................,.....,......."'"^W....,......".w.w,..., A VAILABLEDBE FIRMS ATTACHMENT 5 dba naics .. description / A & P DRYWALL 237310 Highway, Street, and Bridge Construction 2 A AND T ELECTRIC 237310 238210 Highway, Street, and Bridge Construction Electrical Contractors 3 ABC 5'EATlNG 541690 Other Scientific and Technical Consulting SelVices 4 A. B. HASHlvII 221310 23a21 0 238910 Water Supply and Irrigation Systems Electrical Contractors Site Preparation Contractors 5 ABURTOMARINE & INDUSTRIAL SUPPLY 444190 541690 Other Building Material Dealers Other Scientific and Technical Consulting Services 6 ACCURATE ENGINEERING INTEGR4.TED 221310 238210 238220 Water Supply and Irrigation Systems Electrical Contractors Plumbing, Heating, and Air-Conditioning Contractors 7 ACME SAFETY & SUPPLY CO, LLC 238210 Electrical Contractors 541690 Other Scientific and Technical Consulting Services 8 ---------------.--------------------------------------------------.-------------.---------------------------.- ACTION CLEANING CORl' 238220 238910 484110 -------------------- Plumbing, Heating, and Air-Conditioning Contractors Site Preparation Contractors General Freight Trucking. Local ------------.---------- 9 ADVANCED INFRASTRUCTURE SYSTEMS 541330 Engineering Services /0 AFRICANA 444190 Other Building Material Dealers 11 AGRI SERVICE 541380 541690 Test1ng Laboratories Other Scientific and Technical Consulting Services /2 AGUIRRE & ASSOCIATES 541330 541370 541620 Engineering Services Surveying and Mapping (except Geophysical) Services Environmental Consulting Services /3 ALONSO CONSTRUCTION 238910 237310 Site Preparation Contractors l4 ALONSO PAiNTING ----. -------------..-.-.-----.---.---..-------..-----.-.----------------_.------ Highway, Street, and Bridge Construction 15 AMERICAN CONCURRENT ENGINEERING 541330 Wedlles<ÚlY, .July 14, 20 Engineering Services ATTACHMENT 5 Pagel of 12 dba l1aics 541340 description Drafting ServiC?es 16 AMERi-MEX PLUMBING. INC 221310 221310· 238220 238220 Water Supply and Irrigation Systems Water Supply and frrigation Systems Plumbing, Heating, and Air-Conditioning Contractors Plumbing, Heating, and Air-Conditioning Contractors 17 APOLLO PLUMBING AND HEATING 237310 Highway, Street, and Bridge Construction 18 ARNIE'S DOOR &INSTALLATION,INC 237310 Highway, Street, and Bridge Construction .--------- 19 AURORA INDUSTRlALHYGIENE, LLC 541330 Engineering Services 541380 Testing Laboratories 541690 Other Scientific and Technical Consulting Services ----------------------------------------- 20 AZTEC LANDSCAPING. INC 237310 541690 .-------.------------------------------------------------------------- Highway, Street, and Bridge Construction other Scientific and Technical Consulting Services 21 BAY CITY fvJARiNE. INC 237310 Highway, Street, and Bridge Construction 22 BElL J1LE 237310 Highway, Street, and Bridge Construction 23 BENDIX CONTRACTING CORPORATION 237310 Highway, Street, and Bridge Construction 238210 Electrical Contractors 24 BERGGREN LAND SURVEYING & MAPPIN 541370 Surveying and Mapping (except Geophysical) Services 541620 Environmental Consulting Services 25 BERT W SALAS. INC 237310 238910 Highway, Street, and Bridge Construction Site Preparation Contractors 26 BIZBEES WARRIORS'. INC 541330 ---------.-----------------------------------------------------------_.--- Engineering Services 28 C & K DRlLLiNG. INC 237310 27 BURNS AND SONS TRUCKING, INC 484110 General Freight Trucking, Local 532412 Construction, Mining, and Forestry Machinery and Equipment Ren Highway, Street, and Bridge Construction 29 C & L CONSTRUCTiON. INC 238910 327332 Site Preparation Contractors Concrete Pipe Manufacturing 30 C I C RESEARCH. INC 541620 541690 Environmental Consulting Services ~ther Scientific and Technical Consulting Services 3/ C LENTERPRiSE 237310 Highway, Street, and Bridge Construction 32 CALIFORNTA DIRT COMPANY Wednesday, July 14,20 ATTACHA1ENT 5 Page 2 of 12 dba naics 237310 238910 484110 532120 532412 description Highway, Streêt, and Bridge Construction Site Preparation Contractors General Freight Trucking, Local Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le Construction, Mining, and Forestry Machinery and Equipment Ren 33 CALWEST ELECTRIC 238210 238210 Electrical Contractors Electrical Contractors 34 CANTARINI TRACTOR 238910 484110 532412 Site Preparation Contractors General Freight Trucking, Local Construction, Mining, and Forestry Machinery and Equipment Ren 35 CASTRO ELECTRIC 238210 Electrical Contractors 36 CA TS PXCA VA TING, INC 237310 . 238910 Highway, street, and Bridge Construction Site Preparation Contractors 37 CECILIA'8 SAFETY SERVICE, mc. 237310 Highway, Street, and Bridge Construction 38 CENTURION LANDSCAPE CONSTRUCTIO 237310 Highway, Street, and Bridge Construction 39 CITY EVENT STAFF SERvICES 238210 Electrical Contractors 40 CLASSïC DOOR & GLASS 541690 Other Scientific and Technical Consulting Services 4/ COASTAL HEATING & AIR CONDITIONING 237310 Highway, Street, and Bridge Construction 238220 Plumbing, Heating, and Air-Conditioning Contractors 42 COLLINS PAIN77NG 237310 Highway, Street, and Bridge Construction 43 COMFORT ZONE AIR CONDl7IONING & H 238220 44 CONTRERAS CONSTRUCTION CO. 23a91 0 Plumbing, Heating, and Air-Conditioning Contractors Site Preparation Contractors 45 CO'S TRAFFIC CONTROL, INC 237310 Highway, Street, and Bridge Construction 46 CRUZ ESTRELLA'S CADD & DRAFTING 541340 Drafting Services 47 CYBERPAINTING 237310 Highway, Street, and Bridge Construction 48 DC DESIGN GROUP 541340 ----------------- 49 D L S CONSTRUCTORS, INC 237310 238910 327332 Wedl1e~;day, July 14, 20 Drafting Services ------------------------.--------___.__0_- Highway, Stree~, and Bridge Construction Site Preparation Contractors Concrete Pipe Manufacturing ATTACHMENT 5 Page 3 oj 12 dba 50 DR V DES1GN naics description 541330 541340 Engineering Services Drafting Services 51 D4YANDNlGHTPOW~~SW~~PiNG 541690 Other Scientific and Technical Consulting Services 52 DEMOLITION CONTRACTORS iNC 237310 High'N8Y, Street, and Bridge Construction 238910 Site Preparation Contractors " --, .-- ------ D'LEON & ASSOCIATES iNC 541690 Other Scientific and Technical Consulting Services 54 DRUG TESTiNG NETWORK 541380 Testing Laboratories 55 D-S-P, DESKTOP SOLUTIONS PLUS 541340 Drafting Services 56 DYE SURVEYING, lNC 541370 Surveying and Mapping (except Geophysical) Services 57 DYN4DRILL iNTERNATIONAL INCORPOR 237310 23a 140 ---------..-------.----------.----------------...-----------------.--.--..----------------.- Highway, Street, and Bridge Construction Masonry Contractors 58· DYNAMIC 541330 ----- Engineering Services - ------------- 59 ELKEN CONTRACTING, iNC 237310 Highway, Street, and Bridge Construction 541330 60 EPIC CONSW,TiNG ENGINEERS Engineering Services 61 ERE ENGINEERING, INC 541330 541340 541370 Engineering Services Drafting Services Surveying and Mapping (except Geophysica!) Services 62 EROS10N CONTROL SPEClALlSTS 541330 541330 541690 541690 Engineering Services Engineering Services Other Scientific and Technical Consulting Services Other Scientific and Technical Consulting Services 541690 63 ESA MANAGEA1ENT & ENGiNEERING CON Other Scientific and Technical Consulting Services 64 ESKlNDER lJERHA.NU & ASSOC1A TES 541330 Engineering Services ---------------------------------- -----.---.---- 65 ESTRADA & EDAW PARI'NERSHlP 541320 Landscape Architectural Services 541330 Engineering Services 541690 Other Scientific and Technical Consulting Services --------- 66 ESTRADA LAND PLANNING, INC 541320 Landscape Architectural Services 67 ESTRADAS CONTRA CTING SERnCES 1-Vedllesday, July 14, 20 ATTACHMENT 5 Page 4 of 12 ..~ dba naics 238910 description Site PreparatiQn Contractors 68 FAMINIA CONSTRUCTION 237310 Highway, street, and Bridge Construction 69 FVLLE'R ELECTRIC 238210 70 G2D RESOURCES, LLC 541330 541340 Electrical Contractors .-.-------------- -------------.-..------------------------------.------.---..-----------.-------------. Engineering Services Drafting Services 7 J GARBIN! & GARBINI lANDSCAPE ARCHlT 541320 Landscape Architectural Services 72 GARY ENGINEERING.lNe 541330 Engineering Services 73 GEORGE AHÄRADO TRUCKflýG 48411 Q General Freight Trucking, Local 532120· Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le 74 GHASSAN CONSTRUCTION COMPANY 237310 Highway, Street, and Bridge Construction 238910 Site Preparation Contractors 75 GIM GENh.'RAL ENGINEERING CONTRACT 237310 Highway, Street, and Bridge Construction 23891 0 S~e Preparation Contractors 76 GOLDF.N WEST ELECTRIC 237310 238210 77 GSSI ENGINEERS 541330 541330 Highway, Street, and Bridge Construction Electrical Contractors --.--.----------- -----------------------------------------------------------------------------------------------.-----. Engineering Services Engineering Services 78 GUTIERREZ CONSTRUCTION COMPANY 237310 Highway, Street, and Bridge Construction 238910 Site Preparation Contractors 532412 Construction, Mining, and Forestry Machinery and Equipment Ren ---------_.-- 79 HABITAT WEST, INC 237310 Highway, Street, and Bridge Construction 80 HAR CONSTRUCTION, INe 237310 238140 Highway, Street, and l;:lridge Construction Masonry Contractors 8/ HENDRICKSON CONSTRUCTION, lNe. 221310 Water Suppiy and Irrigation Systems 237310 Highway, Street, and Bridge Construction 238910 Site Preparation Contractors 82 HERITAGE RESOURCES 541330 541380 83 Engineering Services Testing Laboratories HERNANDEZ TRUCKING 532120 Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le 84 HIGH-TECH ULTRASONIC CLEANING &- R Wednesday, July 14, 20 ATTACHMENT 5 Page 5 of 12 dba naics 541690 description Other Scientifip and Technical Consulting Services 85 HON CONSULTING INC 541330 Engineering Services 86 HUDSON SAFE-T-JJTE REN1:4LS 237310 Highway, Street, and Bridge Construction 87 HUìvlAN SYSTEl"IS DEVELOPMENT 541330 88 HUNTER PACIFIC GROUP 841330 Engineering Services Engineering Services 237310 89 HURRlCAlVE & PO WAY FENCE COMPANY Highway, Street, and Bridge Construction 90 HVAC ENGINEERING,INe. 541330 Engineering Services 91 HYDROSPROUT, INC LAWN & SLOPE SEE 237310· Highway, Street, and Bridge Construction 561730 Landscaping Services 92 IE PACIF1C. mc 236140 23a21 0 238220 238910 Masonry Contractors Electrical Contractors Plumbing, Heating, and Air-Conditioning Contractors Site Preparation Contractors 541330 93 iNFRAS7RUCTURE ENGINEERING CORPO Engineering Services --------------..--------------------.-------------------._-------- 94 INTER WEST PACIFIC, LTD. 237310 238910 Highway, Street, and Bridge Construction Site Preparation Contractors 95 1R2 - INTERIOR RESOURCE, INC 541330 Engineering Services 541340 Drafting Services 96 1SAACSON PLANNING 541330 Engineering Services 97 J C ENVIRONMENTAL COlvfPANl~ INC 237310 Highway, Street, and Bridge Construction 98 J R PINA ASPHALT PAVING 237310 Highway, Street, and Bridge Construction 99 J F TEJEDA COMPANY 238910 Site Preparation Contractors ------------.---------------------___.____________.___h_______________·____·___....____.__._b__._____________________ 100 .IE. MALDONADO ARCmTECT 541330 Engineering Services 101 JCi SERVICES INC 541330 541340 Engineering Services Drafting Services 102 JNE & ASSOCIATES 541620 Environmental Consulting Services 103 JOHN'S EQUIPMENT RENTAL WedJlesday, July 14, 20 ATTACHMENT 5 Page 6 of 12 dba naics 532412 description Construction, f.v1ining, and Forestry Machinery and Equipment Ren 104 JOSE CARLOS ROMERO, CIVIL ENGINEER 541330 Engineering Services 541340· Drafting Services 541370 Surveying and Mapping (except Geophysical) Services 105 L C PAVING & SEALING 237310 Highway, Street, and Bridge Construction ]06 L K S & A3:)'OC[ATE~ S41330 -------..- Engineering Services -----------.-------------------- 107 LABORATORY DATA CONSULTANTS 541380 Testing Laboratories ]08 LANDMARK CONSULT4N7~): INC 541330 Engineering Services 541690 Other Scientific and Technical Consulting Services ]09 LJ:.:'PORE CONSUL77NG 541330 Engineering Services 110 LIBBY ENGINEERS, INC 541330 541690 Engineering Services Other Scientific and Technical Consulting Services III LINTVEDT. MCCOLL & A::,'SOCIATES 541330 Engineering Services 541370 Surveying and Mapping (except Geophysical) Services 112 LOPEZ ENGINEERiNG lNC 541330 Engineering Services 238910 1/3 LORi R. LOVETT, GENERALENGINEERIN Site Preparation Contractors ------------------- ----------------------------.--.------ 114 M L LITTLE BEAVER CONSTRUCTION INC 238140 Masonry Contractors 238210 Electrical Contractors 238220 Plumbing, Heating, and Air-Conditioning Contractors 1/5 M4NUEL ONCINA ARCHITECl:JNC 541340 Drafting Services 1/6 M4.RQUEZ & ASSOCIATES BIOLOGICAL C 541620 Environmental Consulting Services /17 MARUM PARTNERS lNC 541320 Landscape Architectural Services ]]8 MC LEOD TRUCKING 434110 General Freight Trucking, Local 1/9 MEDUN & ASSOCIATES 541330 541690 Engineering Services Other Sc;::ientific and Technical Consulting Services 120 METROPOUTANCONSTRUCTION 221310 Water Supply and Irrigation Systems 237310 Highway, Street, and Bridge Construction 236910 Site Preparation Contractors JVed1!.ð'dßY, Jul.y 14, 20 ATTACHMENT 5 Page 7 of 12 dba naics description 121 MIS LOPEZ ENTERPRISE 327332 Concrete Pipe Manufacturing 122 M1SSION V4LLEY L4NDSC.'APE CO., ¡NC 237310' Highway, Street, and Bridge Construction 541690 Other Scientific and Technical Consulting Services ------------ 123 MJC CONSTRUCTION 237310 238910 ---------- Highway, Street, and Bridge Construction Site Preparation Contractors ----_.--------- ----------------------------------------------- 237310 124 MON1CA CONSTRUCTlONCOMPANY Highway, Street, and Bridge Construction 125 MORAES/PHAM & ASSOCIATES 541330 541340 541690 Engineering Services Drafting Services Other Scientific and Technical Consulting Services 126 NATJONAL GLASS & MIRROR 237310 Highway, Street, and Bridge Construction 127 NATIVE LANDSCAPE. INC 237310 541690 Highway, Street, and Bridge Construction Other Scientific and Technical Consulting Services /28 NOLBERTO DO!vflNGUEZ TRUCKING 484110 532120 Genera! Freight Trucking, Local Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le 129 NORTH STA 7'E SIGNS 237310 ---------------------------- Highway, Street, and Bridge Construction 130 NOVA ELECTRIC. lNC 237310 238910 ---- 131 OAKCREST LANDSCAPE CO 237310 Highvvay, Street, and Bridge Construction 132 OLS£N STEEL. lNe. 237310 Highway, Street, and Bridge Construction Site Preparation Contractors -------------- Highvvay, Street, and Bridge Construction 133 ONAKA PLANNING & ECON01YflCS 541330 Engineering Services 541690 other Scientific and Technicai Consulting Services 134 OROPEZA CONSTRUCTION, INC 221310 Water Supply and Irrigation systems 237310 Highway, Street, and Bridge Construction 237990 other Heavy and Civil Engineering Construction 238210 E!ectrical Contractors 238910 Site Preparation Contractors 541690 Other Scientific and Technical Consulting Services 561730 Landscaping Services 238910 135 P. A. W1LSON Site Preparation Contractors 136 PACIFIC ELECTRONICS 238210 TVeál1esdoy, Jl.lly 14, 20 Electrical Contractors ATTACHlvIENT 5 Page 8 of 12 dba description nab 137 PACIFIC WEST BUILDERS 238210 Electrical Contractors 138 PACIFICA CONTR4CTING, INC 237310· 238210 238910 532412 Highway, street, and Bridge Construction Electrical Contractors Site Preparation Contractors Construction, Mining, and Forestry Machinery and Equipment Ren 139 PAR4S & ASSOCIATES 541330 541340 -------- 140 PARTERRE 541320 541330 541340 Engineering Services Drafting Servic'es ..---------- Landscape Architectura! Services Engineering Services Drafting Services --~- ----------------------------------- 141 PAYCO SPECIALTIES, INCORPORATED 237310 Highway, Street, and Bridge Construction 142 PDi COATiNGS 237310 143 Highway. Street, and Bridge Construction PEPPER TRUCKING INC 434110 532120 General Freight Trucking, Local Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le 144 PIPELINE PLUMBING AND MECHANICAL 238220 Plumbing, Heating, and Air-CondItioning Contractors 145 PLATT/WHITELAW ARCHITECTS, INC 541310 Architectural Services 146 PORTILLO CONCRETE 237310 --------------- Highway, Street, and Bridge Construction ----- 147 PRECISE CONSTRUCTION MANAGElvfENT 238140 Masonry Contractors 238210 Electrical Contractors 238220 Plumbing, Heating, and Air-Conditioning Contractors --------------------_..___0_____.-...-----------.---..._____________________..._____________.____________________....___ 148 PRECISION HEATING & AIR CONDITION I 237310 Highway, Street, and Bridge Construction 238220 Plumbing, Heating, and Air-Conditioning Contractors 149 PROFh."SSJONAL CONSULlING GROUP 541330 Engineering Services 150 Q & S ENGINEERING 541330 541690 Engineering Services Other Scientific and Technical Consulting Services 151 Q-TEC INC 238210 541330 Electrical Contractors Engineering Services 152 RBKA 541330 541690 Engineering Services Other Scientific and Technical Consulting Services 153 R D H BACKHOE wredl~·d.ay, July 14,20 ATTACHMENT 5 Page 9 of 12 dba naics 237310 238910 description Highway, Stre§!t, and Bridge; Construction Site Preparation Contractors 154 RAUL MENDOZA CONSTRUCTION. INC 237310· Highway, Street, and Bridge Construction 155 RICHARD BRADY & ASSOCIATES 541330 Engineering Services 541690 Other Scientific and Technical Consulting Services 156 ROBERT ZALDIVAR tvL4.S0NARY 237310 238140 Highway, Street, and Bridge Construction Masonry Contractors 157 ROBERTS ELECTRICAL CONTRACTOR 237310 238210 238910 Highway, Street, and Bridge Construction Electrical Contractors Site Preparation Contractors 158 RODRIGUEZ PARK 541310 541340 "------..--. Architectural Services Drafting Services ----------------" 159 ROMERO GENERAL CONSTRUCTION COR 237310 Highway, Street, and Bridge Construction 238910 Site Preparation Contractors 160 RUBIO'S CONCRETE CONSTRUCTION 237310 Highway, Street, and Bridge Construction 161 SAFDIE RABINES ARCHITECTS 541310 541340 Architectural Services Drafting Services 162 SAN DIEGO BAY AREA ELECTRIC, INC 237310 Highway, Street, and Bridge Construction 238210 Electrical Contractors 541330 Engineering Services 541330 /63 SAN DIEGO PUMP & COMPRESSOR SUPP Engineering Services 164 SAPPER CONSTRUCTJONCOMPANY 237310 -------- Highway, Street, and Bridge Construction 165 SCHEIDEL-CONTRACTING AND ENGINEE 237310 Highway, Street, and Bridge Construction 237990 Other Heavy and Civil Engineering Construction 238910 Site Preparation Contractors ------------------------------------------.---------------------------------------------.----------- 166 SCIENTIFIC RESOURCES ASSOCIATED 541330 Engineering Services 167 SIERR4 ELECTRIC 237310 Highway, Street, and Bridge Construction /68 SIM ENGINEERING INC 238910 532412 /69 SIMON WONG ENGINEERING 541330 Site Preparation Contractors Construction, Mining, and Forestry Machinery and Equipment Ren Wed"esdß)', July 14, 20 Engineering Services ATTACHAfENT 5 Page 10 of 12 dba naics 541690 description Other Scientif~c and Technical Consulting Services 170 SMITH TRUCKING COMPANY 532120 Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le 171 SOTA ENVIRONMF...NTAL TECHNOLOGY, I 541330 Engineering Services 541690 Other Scientific and Technical Consulting Services 172 SOUFHBAY EDC, INe 238210 .------- Electrical Contractors 173 SOUTHLAND GEOTECHNICAL CONSULTA 541330 Engineering Services 174 STAR PAYING CORPORATION 237310 238910 Highway, Street, and Bridge Construction Site Preparation Contractors 175 STA TEWIDE STRIPES. lNC 237310 . Highway, Street, and Bridge Construction /76 SiEPHENS TRUCKING 484110 General Freight Trucking, Local 177 SUNSHINE DEVELOPMF.NT 238910 Site Preparation Contractors 178 SVPERMARlO PORTABLE WELDING 237310 Highway, street, and Bridge Construction 179 SUSAN HECTOR CONSULTING 541330 Engineering Services 180 SYNERGY.ELECTRIC COMPANY lNe 237310 Highway, Street, and Bridge Construction 238210 E!ectrical Contractors 181 TECHNOLOGY MANAGEMENT. INC. 541690 Other Scientific and Technical Consulting Services 541690 Other Scientific and Technical Consulting Services 182 TELEPHONE JACKS 541690 Other Scientific and Technical Consulting Services 183 7'ESHJA.1A DllSlGN GROUP 541320 ----------------------------------.------------------------.----.-------.--.----.--------...-..-.----.-. Landscape Architectural Services 184 TESTING SERVICES & INSPECTION, INC 541380 Testing Laboratories 541380 Testing Laboratories 185 TEZA DESIGN --------------------.-- 238220 541330 541340 ---------- Plumbing, Heating, and Air-Conditioning Contractors Engineering Services Drafting Services 186 THE ENGINEERING PARTNERS, INe 541330 Engineering Services 187 1HE EXIT LIGHT CO, JNC 238210 E!ectrical Contractors 188 TIERRA ENVIRONMENTAL SERVICES, INC WedJzesday, July 14,20 ATTACHMENT 5 Page 11 af 12 dba description naics 541330 189 TRAN CONSULTING ENGINEERS Engineering Services 541330 541620· 541690 Engineering Services Environmental Consulting Services Other Scientific and Technica! Consulting Services 190 TRl-COUNTY DRIlLING. INC 237310 Highway, Street, and Bridge Construction 191 TRUE CHÃlvfPIONS CONSTRUCTION 237310 Highway, Street, and Bridge Construction 237990 Other Heavy and Civil Engineering Construction 238140 Masonry Contractors 192 UNIVERSAL STRUCTURES 541330 541690 193 Engineering Services Other Scientific and Technical Consulting Services VAUEY FENCE COMPANY. 237310 Highway, Street, and Bridge Construction 194 VERA BE'RGER, PHD.,PE 541330 Engineering Services 195 VERIF'AXCONSULTING INCORPORATED 541330 Engineering Services 196 VICTOR'S QUALITY PLASTERING 237310 Highway, Street, and Bridge Construction 197 WELK TRUCKING. INe 434110 532120 General Freight Trucking, Local Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Le 198 WEST CONSULTANTS ¡NC 541330 541330 541690 541690 Engineering Services Engineering Services Other Scientific and Technical Consulting Services Other Scientific and Technical Consulting Services 199 WESTERN BAYSHEETMETAL &MARlNE. I 238220 Plumbing-, Heating, and Air~Conditionjng Contractors 200 WESTERN STEEL &METALS, lNC 237310 Highway, Street, and Bridge Construction 201 WILEY CONSTRUCTION 238140 238910 Masonry Contractors Site Preparation Contractors 541330 202 ZAGRODNIK & THOMAS ARCHITECTS Engineering Services I SUM OF DBE"s = 202 I W"ethzesdaYt July 14, 20 ATTACHMENT 5 Page 12 of 11 ATTACHMENT 6 PERCENTAGE OF DBE PARTICIPATION WITHIN NAICS CODES NAICS DESCRIPTION NAICS TOTAL DBE's % of (CENSUS) DBE's 221310 Water Supply & Irrigation Systems 22131 25 6 24.0% 237310 HiqhwaY,-Street & Bridqe Construction 2341 100 74 74.0% 237990 Other Heavv & Civil Enqineerino Construction 2349 187 3 1.6% 238140 Masonrv Contractors 23541 167 8 4.8% 238210 Electrical Contractors 23531 590 23 39% 238220 Plumbina, Heatina & Air-Conditionina Contractors 23511 647 12 1.9% 238910 Site Preparation Contractors 23599 355 34 9.6% 327332 Concrete Pipe Manufacturina 3273 .43 3 7.0% 444190 Other Buildina Material Dealers 44419 289 2 0.7% 484110 General Freiqht Truckinq, Local 48411 135 10 7.4% 532120 Truck, Utilitv Trailer & RV 53212 48 7 14.6% 532412 Construction, Mininq & Forestrv Machinerv 532412 66 7 10.6% 541310 Architectural Services 54131 300 3 1.0% 541320 Landscape Architectural Services 54132 96 6 6.3% 541330 Enqineerinq Services 54133 896 58 6.5% 541340 Draftina Services 54134 28 17 60.7% 541370 Survevina & Mappina (except GeODfiVsical) Service 54137 51 6 11.8% 541380 Testinq Laboratories 54138 66 6 9.1% 541620 Environmental Consultina Services 54162 96 6 6.3% 541690 Other Scientific & Technical Consultina Services 541690 278 32 11.5% 561730 Landscaaina Services 56173 793 2 0.3% TOTAL 5,256 325 6.2% --- . Local Assistance Procedures Manual EXHIBIT 16-B Subcontracting Request STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION SUBCONTRACTING REQUEST DC-CEM-120J (REv. 4/94) (OLD HC-45) CT# 7541-3514-7 FRONT See InstructioL On Back REQUEST NUMBER CONTRACTOR NAME COUNTY ROUTE - BUSINESS ADDRESS CONTRACT NO. CITY/STATE ZIP CODE FEDERAL AID PROJECT NO. (From Special Pro'visions) SUBCONTRACTOR BID HEM %OF CHECK IF: DESCRIBE WORK S AMOUNT (Name, Business Addren, Phone) NUMBER(S) BID ITEl\1 (See Categories Below) WHEN LESS TI::I..A.N 100% BASED ON SUBBED (l) (1) (3) OF WORK IS SUBBED BID S AMOUNT Categories: I Certify That: I) Specialty 2) Listed Under Fair Practices Act 3) Certified DBE/MBElWBE/DVBE . The Standard Provisions for labor set forth in the contract apply to the subcontracted work. . Ifapplicable, (Federal Aid Projects only) Section 14 (Federal Requirements) oftbe Special Provisions bave been inserted in the subcontracts and shall be incorporated in any lower-tier subcontract. Written contracts bave been executed for tbe above Doted subcontracted work. CONTRACTOR'S SIGNATURE I DATE NOTE: This section is to be completed by tbe Resident Engineer I. Total of bid items ...... ................................................................... .......... ...... ..................................$ 2. Specialty items (previously requested) .......................... ........................ .. $ 3. Specialty hems (this request) .......................... .............................................. ..... $ 4., Total (lines 2+3) ..........uuuuuu.......u.u....uuuuu..........u..uu....uuuu......u..u..u.... $ 5. Contractor must perform witb own forces (lines I minus 4) x % ...........................................$ 6. Bid items previously subcontracted ..................................................................... $ 7. Bid items subcontracted (this request) ................................................................ $ 8. Total (lines 6+7) u..........uuu..uuu..u......uuu..uu..u..u..,...uu....u...u.uu"uuu..u..u $ 9. Balance of work Contractor to perform (lines I minus 8)uuuu......u...uu...........u $ $ WMMtm%?øWNWMÆœmæ~%ø:fNMtt%Hl:( tnrHW~ RESIDENT ENGINEER·S SIGNATURE CEi\1-1201 (HC-46 REV. 4/94) COPY DlSTRlBUTION; ;@miië%'PUMi)jjÞktiVÈI#wniMWiWiitr;;;;'¡@i'MUUWNHninmWMiKM 1. Original- Contnl.ctor 2. Copy -local agency Resident Engineer 3. Copy. local agency Labor Compliance Officer 4. Colltœctor's hlformation Copy Page 16-51 February 1, 1998 EXHIBIT 16-B Subcontracting Request Local Assistance Procedures Manual Back INSTRUCTIONS FOR COMPLETING SUBCONTRACTING REQUEST FORM All First-tier subcontractors must be included on a subcontracting request. Submit in accordance with Section 8-1.01 of the Standard Specifications. Type or print requested information. Information copy is to be retained by the contractor. Submit other copies to project's Resident Engineer. After approval, the original will be retumed to the contractor. When an entire item is subcontracted, the value to be shown is the contractor's bid price. When a portion of an item is subcontracted, describe the portion, and show the % of bid item and value. THIS FORM IS NOT TO BE USED FOR SUBSTITUTIONS. Prior to submittal of a DC-CEM -1201 involving a replacement Subcontractor, submit a separate written request for approval to substitute a listed subcontractor. Section 4107 ofthe Government Code covers the conditions for substitution. Submit a separate written request for approval of any DBE/MBE/WBEIDVBE substitution. Include appropriate backup information and state what efforts were made to accomplish the same dollar value of work by other certified DBE/MBElWBE/DVBEs. NOTE: For contractors who will be performing work on railroad property, it is necessary for the contractor to complete and submit the Certificate ofInsurance (State Form DR-OS-Al OA) naming the subcontractor as insured. No work shall be allowed which involves encroachment on railroad property until the specified insurance has been approved. Page 16-52 February 1, 1998 f"""\' .""".,...---. v Local Assistance Procedures Manual EXHIBIT 15-G Local Agency Bidder-DBE (Construction Contracts)-luformation ~ Local Agency Bidder-DBE (Construction Contracts)-Information This infonnation may-be submitted with your bid. (IfDBE infonnation is not submitted with the bid proposal, and you are the apparent low bidder or the second or third low bidder, it must be submitted and received as specified in the Special Provisions). t<'ai]ure to submit the required information will be grounds for finding the proposal nonresponsive. AGENCY: PROJECT DESCRIPTION: CONTRACT NUMBER: FEDERAL-AID PROJECT NUMBER: TOTAL CONTRACT AMOUNT: $ BID DATE: BIDDER'S NAME: ADVERTISED DBE CONTRACT GOAL: LOCATION: ONTRACT TEMNO. TEM OF WORK AND DESCRlPTION R SERVICES TO BE UBCONTRACTED OR MATERIALS o BE PROVIDED 2 BE Cert No. EXPIRATION ATE AME OF DBEs ] ust be certified on the date bids opened - include DBE address d hone number OLLAR AMOUNT BE' '~~_~,~:'h~~~_'·~¡~_i~:i,~'~~~:-_~f·:'~~~~,:::~i:t~;;X~':t~;~;":;- :~~f$;3~fil#~oi~e:,Fir§{J~il:i'~~ ~~~~~W~':~d: ºrKliS~~,:aþ'()yc;,~.lÞe,!?,o~{l?t~r;:w,i~Jq~~::a;nc:l:j~, ~c -. '*~/~tt,í..~."' . ~ .' u Local Agency Contract Officer Distribution: (I) Copy - Fax immettiately to the Ca!trans District Local Assistanct: Engineer (DLAE) upon completion (2) Copy - Include in award package to Caltrans District Local Assistance (3) Copy - Original- Local Agency files LPP 04-01 . Page 31 January 15, 2004 _~__ -.J EXHIBIT 15-G Local Agency Bidder DBE (Construction Contracts)-Information Local Assistance Procedures Manual ~ INSTRUCTIONS - LOCAL AGENCY BIDDER-DEE (CONSTRUCTION CONTRACTS) INFORMATION FORM (Revised 12/03) The form requires specific information regarding the construction contract: Agency, Location, Project Descriptions, Contract Number (assigned by Local Agency), Federal Aid Project Number (assigned by Caltraos- Local Assistance), Total Dollar Contract Amount, Bid Date, Bidder's Name and Advertised DBE Contract Goal. The form has a column for the Contract Item Number (or Item No's) and Item of Work and Description or Services to be Subcontracted or Materials to be·provided. The DBE should provide their certification number to the Contractor and notify the Contractor in writing with the date of the decertification if their status should change during the course of the contract. The form has a column for the Names ofDBE certified to perform the work (must be certified on the date bids are opened and include DBE address and phone number). There is a column for the total DBE dollar amount. Enter the Total Claimed Participation dollars and percentage amount of items of work (in the "List of Subcontractors") submitted with your bid pursuant to the Subcontractors Listing Law and the Special Provision. (If! 00% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) . Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Page 32 January 15, 2004 LPP 04-01 Local Assistance Procedures Manual EXHIBIT 16-1 Notice of Materials To Be Used (Form CEM-3101) FORM CEM-] 1 01 (Old HC.JO(REV3~g I) STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE OF MATERIALS TO BE USED To: Date: 19 Resident Engineer You are hereby noJified that materials required for use under Contract No. for construction of in Dist. , Co. , Rte. will be obtained from sources herein designated. P.M. CONTRACT KIND OF MATERIAL NAME AND ADDRESS WHERE ITEM NO. MATERIAL CAN BE INSPECTED . It is requested that you arrange for sampling, testing and inspection of materials prior to delivery in accordance with Section 6 of the Standard Specifications where the same is practicable and in accord with your policy. It is understood that source inspection does not relieve me of the full responsibility for incorporating in the work materials that comply in all respects with the contract plans and specifications, nor does it preclude the subsequent rejection of materials found to be unsuitable. Distn"bution: WhÏte: Office ofMatcrials EngineeriI¡& & Testing Services 5900 FolsoID Blvd. Sacramento, California 95819 Y clIow Resident Engineer Yours truly, Address Gn:cu Contractor's file Blue District Phone No. ( Page 16-65 February 1, 1998 EXHIBIT 16-1 Notice of Materials To Be Used (Form CEM-3101) Local Assistance Procedures Manual STATE OF CALIFORNIA· DEPARTMENT OF TRANSPORTATION NOTICE OFMATERULS TO BE USED -X-CEM-3101 (OLD HC-30 REV. 10/92) 7541-3511-1 - INSTRUCTIONS TO CONTRACTOR Section 6 of the Standard Specifications states that, "Promptly after the approval of the Contract, the Contractor shall notify the Engineer of the proposed sources of supply of all materials ,to he furtJighed by him, using a fonn which will be supplied hy the Engineer upon request." In order to avoid delay in approval of-materials, the Department of Transportation must receive notice as soon as possible. Please comply with the following as closely as possible: The Contract number and job limits should be the same as appears on the Special Provisions. The column headed "Contract Item No." should show all the item numbers for which the material is to be used. The column headed "Material Type" should be a description of the material and not necessarily the name ofthe contract item. The colu= headed "Name and Address of Inspection Site" should be that of the actual source of supply and not subcontractor or jobber. If the sources of all materials are not known at the beginning of a Contract, report those known. Supplemental ''Notices of Materials to Be Used" should be submitted for the others as soon as possible thereafter. Do not delay submitting the original notice until all information is known. All changes in kinds and/or sources of materials to be used should be reported on supplemental ''Notices of Mate rials to Be Used" immediately. Retain your copy and mail all other copies to the Resident Engineer. Note: When placing orders for materials that required inspection prior to shipment, be sure to indicate on your order that State inspection is required. __ CEM-3lO1 (OLD RC-30 REV lOIV'l) Page 16-66 February 1, 1998 . Z Iu r :r (.) <C I- J- et: ~~ , ~ t-~ ~ :r¡ f-< .5 ~ ~ ~ = -~ =" >< ~ ~~ - .. .. .. " .. ~ is ... o .. .s - .. Š :5 ... o - .. o co. ~ ~ " .. .. .. :s ~ ~ .. .. " !j o .. ... ~ u .. .. - .:J ~ ~ -( " u o ...¡ ~ " .. ¡z z 0, ¡::~ <", N_ :;o. ¡::....: :oW ,a> ....e. ~D.::U'J ¡::ow ~~~ ..",,,, o .... ~-'", ~<w ~Zl- a:Ü:z ~ W ~ 0-'''' ~<'" z"'W Wwz ~~¡¡;Cf. ~L1.~O:: :t CCo cwCI- UWU <z(!)<C zc(<ca:: rr 1:1::1-1-1- w 0cnzz ŒI !!::-<o :¡; ~:>u ~ u<cm... ~ II.. «::I 0 u o ...J U) en N < W « - "<I:" I-UCC:::: ¡... ~ 0 LI..!:! -: ~ Ir.I ...J 0 J- II:: U w ~ < o z o ¡: w ~ ~ ~ o o ~ o < ~ ~ z o u ~ o z w o < o ~ ~ w ~ ~ ~ ~ o < ó z ~ o w ;:; ~ ~ o " ~ < ~ w o w ~ z o ¡: " ~ o ~ w o ~ o w ;:; ~ ~ z o ¡: < o o ~ ~ ~ z ~ o o ~ z ~ o ~ < ~ o < ~ ~ z o o ~ < z ~ ;¡ Z~ ¡¡:z ~w o~ ~ w < w ~ ~ ~ < < 0 ~ ~ ~ < ~ w o w ~ o .e ;;; ~ õ ~ OJ ~ " ~ " ~ ¡;j " " " ü ~ 0 < '= o ~ :c¡ o . c " .. c ~ "w ~~ Ow ~~ ~ w~ ~o ~o ~z w~w ~o~ Oz" ~~ - z>-::: o~z ~~~ wzo ŒI:i3: øo ~ z w ~ ~ < ~ ~ o < .. ~ z o o - ¡o ~ w~ ~o o~ ~ - · ~ õ ~ · w ~ o - w ~ o Z o z - ø ø OJ .. " o < ø ø w ~ ø :> ~ · ~ z w · ~ < · w · c · < " o ~ .~ ~x ..w wow o~~ w< w~o ~~ o~ z · · · o .. " " ~ · . 2.§ 0_ o. > ~~ o . · > o Õ ~ z _ .... o . ~ - o. .~ ~-;; c . õ£ · - " 0 o . go! ~'= "~ '" . " . .. . ~- -~ ~ 0 ¡¡:. =¡õ i ~ -J - wø ~ø <w z~ o ~o 0< ~~ o. <W ~~ zø o~ o~ ~" ~z ø< ~ z < ~ -J ~ ø z o o Õ' " ~ o < .. ~ z " o W ~ ~ ~ o ~w o:¡;:;: zrr-o ooC:::w -u...Wc 1-0::"'- C-w<> tt:c..:¡;O u~o~ ø~z Wo< o~ " z w · " · ~ o " · < · o " _0 ó z ~ W to 2. "' ~ · ~ "" .. o .¡;' .~ ~ · · · E ~ · 5 ë o Õ ~ c · · .. " · ~ ~ o' w m e. · · · .... 0; ë w W .. ~ ~ < z Q . '" w > ¡: < ~ z OJ ø W .. ~ W .. ~ z < ~ ~ ~ ø z o o Õ' o ~ o < .. ~ z o ..0 l W ~ < "'- .. ~ W ~ ~ :> z W ..z o ~ ~ ø ø W ~ ø .~ ~ ~ W ~ ~ :> z W z o ~ ~ ø ø W ~ ~ :> . W .. ~ ~ < z Q ~ ~ ~ W W ~ o z W ~ o W ;:; ~ ~ ~ z ~ W 0 o z ;; W w 0 ~ < w ~ < ~ · ¡; · E · · 0, < ~ o · o c · · ::¡ " o · .. W ~ · o ð ,; · õ Õ 2 ;; ~ o ~ .. Q £ ~. · . ~o m '5 ~~ .. 0< :§>c.. !O ] ~ :; Q 00 · ~ · W · £ £ ~ ~E: ü £ W < ~ " £ . ~. ~iE 8 ~ .0 o. c c · . '. "0 ãj..2 o 'õ,~ o~ ~5: ë £ "5 ~ ·0 " i5 ~ => , ..,. => ... .., ... '" ¡¡¡ '" '" ¡¡¡ a5 '" ;:J ¡:Q '" ¡¡¡ (:J ~ ~ '" -( '" i5 t; z o ~ t:3 ...¡ § ¡;; o ~ ...¡ -( a5 >I< >I< , t- ~ 1- - ¡:Q ~ ~ ..,. => => ... ~>rÎ ...~ '>. t-.. ~.. ~ .. """ .. .. ....., EXIITBIT 17-F Final Report of Utilization of Disadvantaged Businesses Project Completion Local Assistance Procedures Manual Form CP-CEM 2402(F) (Rev. 04/00) FINAL REPORT - UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRlSES (DBE), FIRST-TIER SUBCONTRACTORS (FEDERALLY FUNDED PROJECTS) The form requires specific infol1IJß.tion regarding the construction project: Contract Number, County, Route, Post Miles/ Post Kilometers, a box to check that the project is indeed a Federal Aid Project, the Administering Agency, the Contract Completion Date and the Estimated Contract Amount. It requires the Prime Contractor name and Business Address. The focus of the form is to describe who did what by contract item numbers and descriptions, asking for specific dollar values of item work completed broken down by subcontractors who performed the work, both DBE and nonDBE work forces. DBE prime coutractors are required to show the date of work performed by their own forces along with the corresponding dollar value of work. .. . The form has a column to enter the Contract Item No (or Item No's) and Description of work performed or Materials provided, as well as a column for the Subcontractor Name and Business Address. For those firms who are DBE, there is a column to enter their DBE Cert No. The DBE should provide their certification number to the Contractor and notify the Contractor in writing with the date of the decertification if their status should change during the course of the project. The form has five columns for the dollar value to be entered for the item work performed by the subcontractor. The NonDBE Column is used to enter the dollar value of work performed for firms who are not certifiedDBE. The decision of which column to be used for entering the DBE dollar value is based on what Program(s) the firm is Certified. This Program status is determined by the Civil Rights Certification Unit based on ethnicity, gender, ownership and control issues at time of certification. The certified firm is issued a certificate by the Civil Rights unit that states their program status as well as thé firms Expiration Date. DBE Program status may bi: obtained by accessing the Civil Rights website (www.dot.ca.govlha/bepl) and downloading the Calcert Extract or by calling 916 2272207. Based on this DBE Program status, the following table depicts which column to be used: . DBE Pro ram Status If program status shows DBE only with no other ro listed If ro am status shows DBE, 5MBE If ro am status shows DBE, 5MBE, SWBE If ro am status shows DBE, SWBE If a contractor performing work as a DBE on the project becomes decertified and still performs work after their decertification date, enter the tota! dollar value perlormed by this contractor on Form 2402(F) under the appropriate DBE Program Status (include all work performed after decertification) and complete and submit Form CEM-2403 (F) as appropriate. Any comments to be made on the Form 2402 (F) are to be explained on the reverse side of the Form. Indicate in the Comment section that Form CEM 2403(F) is being submitted. Column to be used DBE If a contractor performing work as a Non-DBE on the project becomes certified as a DBE enter the dollar value of all work performed as a DBE on CEM-2402(F) and CEM-2403(F). Any comments to be made on the Form 2402 (F) are to be eXplained on the reverse side of the Form. Indicate in the Comment section that Form CEM 2403(F) is being submitted. There is a space provided on the CEM-2402(F) where the TOTAL is entered for these five columns. There is a column on the CEM-2402(F) to enter the Date Work Complete as well as a column to enter the Date of Final Payment, which is an indicator of when the Prime Contractor made the "final payment" to the subcontractor for the portion of work listed as being completed. The Original Commitment area on the CEM-2402(F) is based on infol1IJß.tion at Award time of the project and is the tota! dollar value of those subcontractors listed at Award based on the above table. The CEM-2402(F) has an area at the bottom where the Contractor and the Resident Engineer sign and date that the infol1IJß.tion provided is complete and correct. . Page 17-22 March 15, 2001 LPP 01-04