HomeMy WebLinkAboutMINUTES - 11062001 - C.200 TO: BOARD OF SUPERVISORS
FROM: MAURICE SHIU, PUBLIC WORKS DIRECTOR
DATE: November 6, 2001
SUBJECT: ADOPT County Annual Disadvantaged Business Enterprise (DBE) Goals for U.S.
Department of Transportation (Federal Highway Administration [FHWA] and Federal
Aviation Administration [FAA]) Funded Projects, Countywide.
Specific Request(s) or Recommendation(s) & Background & Justification
I. RECOMMENDED ACTION:
ACKNOWLEDGE receipt of "Annual DBE Goal and Methodology Report for FAA Funded
Contracts" and "Annual DBE Goal and Methodology Report for FHWA Funded Contracts," dated
September 2001, approved by Maurice M. Shiu, Public Works Director.
Based on these reports, ADOPT an overall DBE goal of 14% of the Federal financial assistance in
FHWA-assisted contracts and 14% of the Federal financial assistance in FAA-assisted contracts
administered by the County in federal fiscal ear (FFY) 2001/2002.
Continued on Attachment: X SIGNATURE:
_ ECOMMENDATION OF COUNTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
/APPROVE OTHER
SIGNATURE(S .
ACTION OF BO ON k_)pW YJ c/1(y, atSD 1 APPROVED AS RECOMMENDED XOTHER
I hereby certify that this is a true and correct
copy of an action taken and entered on the
minutes of the Board of Supervisors on the
date shown.
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT )
AYES: NOES: ATTESTED CA-�"T(lQk l , b
ABSENT: ABSTAIN:
John Sweeten, Clerk of the Board of
MS:MLH:sg:mp Supervisors and County Administrator
G:\GrpData\Design\Board Orders\BO 2001\Adp Co DBE&Goal Prog.doc
Orin. Div: Public works(Design Division) 1
Contact: Mike Hollingsworth(313-2231) �
C. E. Kuevor,CAO y
County Counsel Deputy
Caltrans,via PWD
FAA,via PWD
• SUBJECT: ADOPT County Annual Disadvantaged Business Enterprise (DBE) Goal for U.S.
Department of Transportation (Federal Highway Administration [FHWA] and Federal
Aviation Administration [FAA]) Funded Projects, Countywide.
DATE: November 6, 2001
PAGE: 2
II. FINANCIAL IMPACT:
There is no impact on the General Fund. Adoption of annual DBE goals is a pre-requisite to
maintain eligibility for Federal funding in FFY 2001/2002.
III. REASONS FOR RECOMMENDATION/BACKGROUND:
The federal government issued revised regulations for federal aid recipients to follow in
establishing their DBE goal. Prior to FFY 2000-2001, the practice of reaffirming annually our
existing DBE goals without review or public participation is no longer allowed.
Federal regulations require notification of the proposed DBE goals to minority and women groups,
trade organizations, and the general public. Notices of the proposed Annual DBE Goal and
Methodology Reports' availability for comment were placed in the San Francisco Chronicle,
Contra Costa Times and MECA Construction and Business Weekly (minority-focus publication).
Notices were also sent directly to minority and women groups, trade organizations, and special
interest group representatives. The Annual DBE Goal and Methodology Reports were available
for review on the Internet, as well as in hard copy.
No comments were received during the requsite 45-day public comment period.
IV. CONSEQUENCES OF NEGATIVE ACTION:
If the Board does not take the recommended actions, FHWA(through Caltrans) and FAA will stop
authorizing Federal funds earmarked for County road, bridge, and airport rehabilitation and
improvements including an estimated $3,800,000 in construction work scheduled for next
summer.
COUNTY OF CONTRA COSTA
ANNUAL DBE GOAL AND METHODOLOGY
REPORT FOR FHWA FUNDED CONTRACTS
September 2001
1. FHWA-ASSISTED CONTRACTING PROGRAM FOR FFY 2001-02
The following represents County of Contra Costa's (County) projected FHWA-.
assisted (USDOT funded) contracts and expenditures by work category for FY
2001/02-
Work
001/02:Work Item # Work Category Estimated Federal %Fed. Funding By
Dollars Work Category
Consulting
Services:
1 Struct. Engr. $ 225,000 10.06%
2 Soils/Foundation $ 28,000 1.25%
3 Const. Management $ 82,000 3.67%
4 Environmental $ 4,425 0.20%
5 Right of Way $ 100,000 4.47%
6 Other $ 17,700 0.79%
Construction.-
7
onstruction:7 Prime Contractor $ 791,023 35.37%
8 Subcontractor $ 722,650 32.31%
9 Supplier/Mfr. $ 244,983 10.95%
10 Trucking $ 21,303 0.95%
TOTAL $2,237,084 100.00%
(See Attachments 1 and 2 for details upon which the above summary is based.)
II. GOAL — METHODOLOGY
Step 1: Determination of a Base.Figure (49 CFR Section 26.45 (c))
The County elected to utilize the following methodology in establishing the
County's base figure of relative DBE availability for FFY 2001/02:
♦ For the numerator — Certified DBE firms on County Public Works
Department's Bidder List and Consultants List by Work Category
♦ For the denominator— All firms on County Public Works Department's Bidder
List and Consultants List by Work Category
The County's list of firms used for this study was comprised of 1) a Bidders list
composed of all firms who bid or quoted on County's DOT-assisted construction bids
in 1999, 2000 and 2001 (2001 list is bids submitted to date) identified on prime
contractors' bid proposals (Attachment 3), and 2) all firms who are on the County
Public Works Department's Consultant Master List maintained by the Design
Division (Attachment 4).
Page 1 of 5
The County calculated the Base Figure for ready, willing, and able certified DBEs
as follows:
% of Fed. $ by Work Category of DBEs on County/Dept. lists/Work Category = Base Figure
Cof
all Firms on County/Dept. lists/Work Catego
The base figure is calculated to be 14% using this formula. The table below
tabulates the 14% Base Figure calculation.
Calculation of Base Figure:
WORK WORK EST. % FED. # OF TOTAL # BASE
ITEM # CATEGORY FED. FUNDING DBEs BY OF FIRMS FIGURE
DOLLARS BY WORK WORK BY WORK CALC.
(Col. C) CAT. CAT. CAT. Col. D x(Col.
(Col. D) (Col. E) (Col. F) E/Col. F)
Consulting Services:
1 Struct. Engr. $ 225,000 10.06% 5 44 1.14%
2 Soils/Foundation $ 28,000 1.25% 9 33 0.34%
3 Const. $ 82,000 3.67% 2 19 0.39%
Management
4 Environmental $ 4,425 0.20% 9 41 0.04%
5 Right of Way $ 100,000 4.47% 0 5 0.00%
6 Other $ 17,700 0.79% 2 24 0.07%
Construction:
7 Prime Contractor $ 791,023 35.37% 3 30 3.54%
8 Subcontractor $ 722,650 32.31% 12 52 7.46%
9 Supplier/Mfr. $ 244,983 10.95% 1 18 0.61%
10 Trucking $ 21,303 0.95% 8 20 0.38%
TOTAL $2,237,084 100% 14%
Step 2: Adjustment of Base Figure (49 CFR Section 26.45 (d))
After completing Step 1 of the goal-setting process, we then examined all of the
available evidence in our jurisdiction to determine what adjustment, if any, was
needed to the Base Figure. As explained below, this process resulted in no
adjustment in the Base Figure. Available evidence considered by us included the
following:
(1) Availability and Capacity to Perform of DBE Suppliers: A review was made
as to the availability of certified DBE suppliers for materials used on County DOT-
assisted projects. A large percentage of material costs is represented by just two
items — asphalt concrete and aggregate base rock (see Work Summary, sheet 3
attachment 1). In 1999, 2000 and 2001 (year-to-date for 2001), no certified DBE
suppliers furnished or quoted these materials for County DOT-assisted projects.
According to County Public Works Department's Materials and Testing Lab, all
suppliers of asphalt concrete and aggregate base rock in this area are non-DBEs.
The Caltrans directory of certified DBEs lists local DBEs that supposedly furnish
such materials, but a closer inspection of records showed them to be contractors
without facilities to manufacture or store the materials themselves. Since these
Page 2 of 5
certified DBEs are not manufacturers or regular suppliers, it is very unlikely that they
would be able to supply the large quantities required for County projects at prices
competitive with the non-DBE plant owners.
(2) Current Capacity of DBEs Measured by Actual Utilization: One potential
indicator of the availability and capacity to perform of DBEs is the volume of work
actually performed by DBEs on the County's FHWA-funded projects in recent years.
The figures for Fiscal Years 1996/97, 1997/98, 1998/99, 1999/00 and 2000/01 (year-
to-date for 2000/01) based on dollars paid to DBEs are set forth in the following
tables:
FISCAL YEAR
1996/97
Work Category $ Paid to $ Paid to DBE % Paid to
Contractors Firms DBE Firms
Consulting Services $10,156 $8,760 86.30%
Construction $1,034,088 $176,076 17.0%
FISCAL YEAR
1997/98
Work Category $ Paid to $ Paid to DBE % Paid to
Contractors Firms DBE Firms
Consulting Services $508,659 $151,117 29.7%
Construction NA NA NA
FISCAL YEAR
1998/99
Work Category $ Paid to $ Paid to DBE % Paid to
Contractors Firms DBE Firms
Consulting Services $18,343 $0 0%
Construction $1,929,366 $238,545 12.4%
FISCAL YEAR
1999/00
Work Category $ Paid to $ Paid to DBE % Paid to
Contractors Firms DBE Firms
Consulting Services $18,128 $0 0%
Construction $3,020,110 $305,408 10.1%
FISCAL YEAR
2000/01 (year-to-date)
Work Category $ Paid to $ Paid to DBE % Paid to
Contractors Firms DBE Firms
Consulting Services $215,512 $34,970 16.2%
Construction $1,140,525 $125,000 11.0%
Totals $7,894,887 $1,039,876 13.2%
Since Fiscal Year 1996/97, the average DBE utilization (measured by the
percentage of dollars paid to DBEs) was 13.2%, close to the Base Figure of 14%.
Page 3 of 5
(3) Disparity Studies: We tried to locate current, relevant disparity studies
conducted within our jurisdiction but did not find any. Therefore, no adjustment to
the Base Figure was made on that basis.
Step 3: Overall DBE Goal (49 CFR Section 26.45(e))
In consideration of all the evidence described above, as well as our knowledge of
our contracting market, we have determined that the appropriate overall DBE goal
for FHWA-assisted County projects in fiscal year 2001/02 is 14%.
FINAL SUMMARY
Project Items: Amount DBE % DBE
I. Consulting Services $457,125 $44,282 9.7%
ll. Construction $1,779,959 $267,998 15.1%
Total $2,237,084 $312,280 14.0%
I. Consulting Services
Item Description $ Amount $ DBE % DBE
Structural Engineering $225,000 $25,568 11.4%
Soils/Foundation $28,000 $7,636 27.3%
Const. Management $82,000 $8,632 10.5%
Environmental $4,425 $971 22.0%
Right of Way $100,000 $0 0.0%
Other $17,700 $1,475 8.3%
Total $457,125 $44,282 9.7%
II. Construction Contracts
Item Description $ Amount $ DBE % DBE
Prime $791,023 $79,102 10.0%
Subcontractor $722,650 $166,765 23.1%
Supplier/Manufacturer $244,983 $13,610 5.6%
Trucking $21,303 $8,521 40.0%
Total $1,779,959 $267,998 15.1%
III. UTILIZATION OF RACE-NEUTRAL AND RACE-CONSCIOUS METHODS
The County projects meeting a seventh of the goal, 2%, by utilizing race-neutral
methods, including making efforts to assure that bidding and contract requirements
facilitate participation by DBEs 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 support services to
facilitate consideration of DBEs and other small businesses.
Page 4 of 5
The 2% goal is further supported by the fact that 10% of the prime contractors on
the County's bidders list and 17% of the firms on the County's Consultant list are
certified DBE firms. There is a reasonable chance that these DBE firms will secure
prime contracts with the County.
It is anticipated that the remaining portion of the goal, 12%, will be accomplished
through race-conscious measures, which includes establishing specific goals on
contracts with subcontracting possibilities, when needed, to meet the County's
overall annual DBE goal.
IV. PUBLIC PARTICIPATION IN SETTING FINAL OVERALL ANNUAL DBE
GOALS
In conformance with Public Participation Regulatory Requirements of 49 CFR
Part 26.45 and Caltrans Local Assistance Procedures Manual (LAPM)-Chapter 9,
minority, women, local business chambers, and community organizations will be
directly notified of the proposed goal, and the availability of this report for their
review and comment prior to final adoption by the County Board of Supervisors.
Maurice hiu
Contra Costa County
Public Works Director
MS:MLH
G:\GrpData\Design\CT DBE Forms_Exhibits\Final
FHWA DBE Goals& Methodologyffy0l-02.doc
Attachments
C: E. Kuevor,DBELO
R.Kroepfl,Caltrans
Page 5 of 5
6/4/01 FEDERAL AID CONSTRUCTION
PROJECT ESTIMATES
FY2001102
Page No.
2& 3 Summarize all items of work by work type (prime
contractor, subcontractor, trucker, and materials) and sum
Federal Ts.
4 thru 9 Cost breakdown by each project.
10 Assumptions
DBEanalysisreportattachl FHWA(01-02)
Attachmenttitlesheet 1 Attachment 1
June 7,2001
Local Total Fed.S/
Material or Work Type Type Code sic Contract Cost Fed Participation Participation category
Concrete CC M 3273 $ 32,000 $ 25,600 $ 6,400
Curb Rams M $ 16,000 14,165 $ 1,835
Drain Inlet M $ 6,667 5,902 $ 765
Guardrail M $ 6,503 $ 6,503 $ -
PCC M 3273 $ 36,000 $ 31,860 $ 4,140
PCC M 3273 $ 28,000 $ 24,780 $ 3,220
Precast Concrete Piles M 3272 $ 30,000 $ 24,000 $ 6,000
Sidewalk M $ 667 590 $ 77
Signals and Lighting M $ 100,000 $ 88,500 $ 11,500
Terminal Section M $ 150 $ 150 $ -
Textured PCC M $ 14,806 13,108 $ 1,698
T e 133-200 Curb M $ 11,098 9,825 $ 1,273
M Total $ 281,891 244,983 $ 36,908 $ 244,983
Bridge Removal P 1795 $ 63,500 $ 56,198 $ 7,303
Curb Rams P $ 32,000 $ 28,330 $ 3,670
Dewatering P 1629 $ 10,000 $ 8,000 $ 2,000
Drain Inlet P $ 13,333 $ 11,804 $ 1,529
Earthmoving/Excavation P 1611 $106,000 $ 84,800 $ 21,200
Earthwork P 1611 $ 14,000 $ 12,390 $ 1,610
Earthwork P $ 18,000 $ 15,930 $ 2,070
Fomiwork P 1799 $ 30,000 $ 24,000 $ 6,000
Metal Beam Guardrail P $ 19,507 $ 19,507 $ -
Minor Concrete P 1611 $ 71,000 $ 62,835 $ 8,165
Misc.Const. P $ 30,000 $ 26,550 $ 3,450
Misc.Const. P $ 144,600 $ 127,971 $ 16,629
Mobilization P $ 10,000 $ 10,000 $ -
Mobilization P $ 10,000 $ 8,853 $ 1,147
Paving P 1611 $ 28,000 $ 24,780 $ 3,220
Roadway Excavation P $ 16,413 $ 14,530 $ 1,883
Sidewalk P $ 1,333 $ 1,180 $ 153
Signals and Lighting P $ 47,000 $ 41,595 $ 5,405
Structural Concrete P 1622 $ 30,000 $ 24,000 $ 6,000
Structural Concrete P 1622 $ 159,500 $ 141,158 $ 18,343
Terminal Section e P $ 450 $ 450 $ -
Textured PCC P $ 29,612 $ 26,216 $ 3,396
Type 133-200 Curti P $ 22,532 $ 19,948 $ 2,584
P Total $ 906,780 $ 791,023 $ 115,757 $ 791,023
Asphatt Concrete Grinding S 1611 $ 10,000 $ 8,850 $ 1,150
Bridge Demolition S 1795 $ 24,000 $ 19,200 $ 4,800
Class 1 Flexible Delineator S $ 150 $ 150 $ -
Construction Signs S $ 800 $ 800 $ -
Construction Signs S $ 1,500 $ 1,328 $ 172
Construction Signs S $ 3,000 $ 2,655 $ 345
Construction Signs S $ 2,000 $ 1,770 $ 230
Construction Signs S $ 6,000 $ 5,310 $ 690
Drilling(CID S $ 16,000 $ 14,160 $ 1,840
DBEanalysisreportattachl FHWA(01-02)
Cost Summary 2 Attachment 1
June 7, 2001
Earthwork S $ 10,000 $ 8,850 $ 1,150
Fencing S $ 5,000 $ 4,425 $ 575
Guardrail S 1611 $ 8,000 $ 6,400 $ 1,600
Irrigation System S $ 40,000 $ 35,412 $ 4,588
Landscaping S $ 5,000 $ 4,000 $ 1,000
Landscaping S $ 15,000 $ 13,280 $ 1,721
Minor Concrete S $ 6,000 $ 5,310 $ 690
Misc. Metal S 1791 $ 28,000 $ 24,780 $ 3,220
Paving S 1611 $ 88,000 $ 70,400 $ 17,600
Paving S $ 63,600 $ 56,286 $ 7,314
Precast Pile Driving S 1629 $ 27,000 $ 21,600 $ 5,400
Reinforcement Bars S 1791 $ 76,500 $ 67,703 $ 8,798
Retaining Wall S $ 14,000 $ 12,390 $ 1,610
Roadside Signs S $ 400 $ 400 $ -
Steel Work S 1791 $ 61,000 $ 48,800 $ 12,200
Street Lights S $ 132,300 $ 117,125 $ 15,175
Striping S 1721 $ 4,000 $ 3,200 $ 800
Striping S $ 18,000 $ 15,930 $ 2,070
Striping S $ 6,600 $ 5,841 $ 759
Topsoil S $ 19,580 $ 17,334 $ 2,246
Traffic Control S 7389 $ 20,000 $ 16,000 $ 4,000
Traffic Control S $ 15,000 $ 15,000 $ -
Traffic Control S $ 25,000 $ 22,133 $ 2,868
Traffic Control S 7389 $ 15,000 $ 13,275 $ 1,725
Traffic Control S $ 15,000 $ 13,275 $ 1,725
Traffic Control S 7389 $ 48,000 $ 42,480 $ 5,520
Traffic Stripe Detail 39 S $ 5,160 $ 4,568 $ 592
Traffic Stripe (Detail 39A) S $ 2,520 $ 2,231 $ 289
S Total $ 837,110 $ 722,650 $ 114,460 $ 722,650
Trucking T 4212 $ 11,000 $ 8,800 $ 2,200
Trucking T $ 3,127 $ 2,768 $ 359
Trucking T $ 3,000 $ 2,655 $ 345
Trucking T $ 8,000 $ 7,0801 $ 920
T Total $ 25,127 $ 21,303 $ 3,824 $ 21,303
Grand Total $2,050,908 $ 1,779,960 $ 270,948 $1,779,960
DBEanalysisreportattachl FHWA(01-02)
Cost Summary Attachment 1
O r
c0 E
L
to
c0
v0000aOaa00000 tuao Q
` aaa000000000a Loa
co0wOc0NNIv- 0cad (0a " 0 (II 'ITO
� 'I 'i CO T N N u6 N � 6 C4
(o
p O
J 6916x3 69 6x3 69 69 69 6x3 69 69 69 to 69 'j 6x3 6f3
00 0 0 0 0 0 0 o a o 0 0 0 0 0 0 o WOO
O O 0 0 0 " a o 0 0 0 0 0 0 o a a o o a O
O O O co N M o N 0 V' OO UC o o N 'T a w o to t0 o
NCO (6 00 r LCOO '' OIli 40 •- 00M (0 '�tM -r-
r-
Cr- c) Co oo M N 1�- CD It N N CO N N
t0 113 tY M
ca
6f3 6x3 6- 6H 69 69 69 69 69 69 6x? E9 69 0 61111111,1
0 ER 6A to fA �6H
., 000000000Oo000 ,� +. 00O
a, aoaooaooOooOaa u, 000
d o 0 0 o O o 0 0 0 0 0 0 0 0 0 �- o 0 o a
V 0 U O 06 cd rI +
O q: C6 6 - tf3 �i O+ U N O N
V U C q CO M 0 0 " - CID Nit 0 U Cf) M (D
CL a. M ,� co
co U'} V9 6A60fflEfl6f3H34fl6fl6flEfl696fl O O
1 r
N O U ty U 696% 613
0 U o i LL E d
� 0 io
0ui MtoNrrr- Q} Q? � rQ? N a. OMN"'' N N Rf Mt� t000 6UC0fl- t0fl- N NN
V U M M
CL
ttf
IL O
vU
to E "- cc sz a
to o o tY
W IF— U W ,
H
v > a t�-
2 x to �
c w `° U
a E C �t m c cu a ccs
CD� CL
� � Qil .� o Co
as c
CP o
> ieC 3Q Eco
mcomm � a � c
co
va �' m
- m � awcna. ocnw
C7t- � c� c� vs a
>. c0
Z. o
c
�
co >
w a
m 'a
oa
1
O +•
v �
m
co �
t
v
co
Q
m N
co i i O
cn
U U
O O
J Efl Efl lA Ef3 f: 0. Efl
O O O m000f- OOO mM0
O wcD L O O O O W cq 0 O U)
O Q) Q) ' (U000OLOIT — I• (Ulf)
00 N N O LO O � (O
(D U) U) CO r r r
� U
K3 6,3 Effl 69 E/3 6o Efl 69 (fl
LL
t R fA ti! fA
, 000t� 0001� SMO c7
cn O O O O lf) 0 0 0 cq 0 In Lf)
N 00000U') I' � IT (`) 0 L (.0
O U O Un rn (fl U (fl (fl
U U U
U ca (LO LO
0 6c
L � �
N O L EflERtf?
O U =
U
y U U
OCLCD
v U U
cc !i co w tL J C O
N
d d
ca
(a LL C: a) 2 � VL
o
L Q O O O>
W F-- U CL
Rf �' _
U o
mU)
.a Y (a w -v
o 0 � ~ m L it 7
.O O mcoo � � Xv� ca m No
C w Oma, coca m g — co NW
_ ~ N2vmc � -� v C:
_ � 0
1- � ICDU � C7F— Cl _
C:
Zt 4)
E
W IT W N fl- LO h 07 1 cr) (C)
m W to m W to t- r M CM W W r-
Csi _: cli C6 cli V.: C%i .7 r td
0
69 fSA9 f9 69 69 to 69 40 40 69 V9 4R16%1"j"J" 40)"a 69 4AjA
O co 4mCA M W M C� M W a a "T W IT " C> W W W -0 to N
O V' C4 - WNMM .T _ Wma WCI) Cl) — WNW (" W CD
CCO Cl Cw 47D M r 117 M N r M CO W N M 10, N r I— LO r 0)
M co C co -I-- co 6 Q 0) Cd CO V: CV tl: to C6 rz NLd
co t4"- 14 co N N N
40 qtr "F6
to fie 69 to 69 69 fA
40 vil 40 LL
— 0 0 C> MN N m 0 m CD a O o0 C> r- COD co 0 1,. C) rl- co
in a a CD V M _ MQMONWOC) aNTC) 0 0 CI W co
0 C> to Q (D m 0 m r to to C> C) m W 0 O W N
0 a , to (0 Cq 6 _: C4 6 to Cq Ci C; 6 C4 vi 0 U r rf (d W* OT
N N CO — — '-T T M W
!2
0 49 $QA% #A 4A 69 te0 "140140 67A
C 40 "I'Al
42to 4A ti9 fA to 40
4)
C) La
fn U.
U)
tu U_ 44
0 M
1— 0
M
LL
.2 0 0 0- 0- 0- a- M M (J)
E
ca CL
E
LU
0
3:
13 D
0 C�
4D C 0 CL I CL a C,
ui CL
E
8 c :3 wle S_
0 0 'm , E
C:
r M 0 m w- 00 0 t ol m I 4ro _C:
0 0 jr CD
0 'o 4col E
El _j
O ..
v �
co °�
t
v
ev
mtotootoOOOOto mo Q
LAN •-- 0 tor— q L �
T-- V- 0M Ca
O O
J 69 1 ER 6pe 1 6c4 1 69. Edi Efl 69 69 J Ef?
O M O O O m to to a to a a 0 O m O O
O M O N 00 L to ti O M W to M cM to ` (O
to O O w V) WwNM0r- 0M0 (U ca 0o
6 C4 L6
M 03 -- Ili N cn ((D CN N � M
M N N r
69 6f? u Ef3 w, E9 69 69 ER ER
N 40 40 fla
0 y, 0000000000 •� , , 0 O
�1 tn0000000a00
v N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O
O U
Q. cM to V 1 0 0 'f 00 M (0 V U (fl (O
(7 Ycu Co
c
Y cc c o c
4, c O U to ER 64 6s EA 69 H9 69 6H E9 V
lo
3 O �O 21d d9 E9
'M LL E
C3 *a cn Cc O m m
U) Oami m } U U
G1 a c a m F- U r� U M
ccli N w J (A
~ cmc UCD
�+
a
CCLL B -ccncncnaaaCDCOCOtco
—
Q E .r U J
V � i=
wHU ~ cn
w a
c Q o C\
cn 3
O CM
c 2 s
� cn m m U-
a
ca
O
m 0 Y O O C
U o V c C
U = — c
~ U O 9 L U U Q i
UI- wa ",
a � �
•N c
5,?
co
c .
w
m i
0 (
� � C
CD O
u (fl
'Q d
4) o to v o o c► o 0) tom o
s- M " - to " MWLO0 LO
wNtiCO rntovr- ter mLO
�
� N � v v r �
o to c0 0 0 0 0 T- to o
0 o to It @r- tiaacoCOT- uo �rrn m0
O N O f- N N 00 0 C0 UI) 00 U') to U")
0c0 000 U0 V) � ' � �Oph. tQCN IT CD 0
t"O N N
m cu
'C3 t3
tf� f!# fA to
t� to 69 69 d9 69 6z! 69 64 e:> Ei9
O „ 0000a00000
C) C)
v, 0000aao00a u, 00
S9 00C) (DOo0oCDoN 000
•a O U Cq L6 C6 O W to O (d r-: C U o CD-
(Y) 'IT 00 U O O
c
00
w+ fA tf? 63 1 691 64 64 69 bzJ 69 6 i U 6s EH
Q O
� U U to
(/} _0
O
I� omQas
c
to
?�
o_
U
CL wLLW
CO
`co LL a a n a
Q
! O O UtE-W
110 cc
C.) c
�a�tcm(oYD
cna o
C.
m �oAn
(
U oia
cW0cvs-xoc0. wm2o nty_
v c
(0 m
t
v
eis
ooMMw000cnrn mo Q
ONO � ONt� � tiN ` N
cis (Dommt- Nowtow (v- 00 00 M N (V
m to t (O � M
co
(is r
— r
U �
J 10
E!3 616,116110
fl (f3 6 10 Efl Efl 6c Efl 06"'1
O �A O tT ti m 0 0 M OD M 0 0 0U) m 0
O N O Q) O M O cn O M M W N t` ` M
O co r CO N Mtitl- Mr- IqM cam
cn N (6 t- `7 (n V' qq t� L V
N Q) Im N (C CO Iq LO qq (D N N CO N
r Q) to to V- T-
13
m m
11", 6", (f? to Efl tf3 (fl Ef3 Efl 01 Efl
4a 4e+ 411, 4R LL LL
V , 00000000000 00
.a C cn00000000000 t v 00
N , 0 0 0 (n U) LO 0 0 0 a O O O O
p O U b e C6 C (d cd C (O to V L `•' U M M
L U QU qT (OLOt- Nrr tT (D V rNN
r LO yam„ U
LL i •�, pO c
44- r, w U d9 Ef3 (fl (fl (A (fl (fl (f? (fl Efl Efl V U
caG ° U
•.EtC=
t LW �OoN
.
UpMO y
L n- Mr- (D �E t-
(. C � N
(�
a v U ti � r- � �
a LL r w J (A
cu U �
N d �+ cp ` a
mcnU.
c cn cn CO a a. co cn a cn cn
O J
v o o ~ =3Q ^
w 1— U co N
w C)
F—
CD
m L
cu
O p m _
65 cu U cc
p O 0 0
o E U Em r v
m V w U ` V o
M
m
o ca
~ NiF O V C U O V U U 0
O .`. 'm (� ` N V m y
•N (
>+C
cv �
N •1
UJ
m
D (
June 7, 2001
Assumptions used in adjusting project costs to separate out material costs where applicable.
1 Asphalt concrete and base rock material costs are not split out because there are no DBE suppliers.
2 3% of the above costs are for Liquid Asphalt
3 8% trucking costs for materials or excavation requiring hauling
4 Oil Trucks at 2%
5 Concrete construction is 1/2 to 1/3 materials
6 Reinforcing steel is only separated out for major structures
7 Curb Gutter and Sidewalk work- 1/3 materials
8
Only materials purchased by prime subject to DBE supplier credit. A DBE subcontractor
would count 100% of their material purchase towards DBE goal. It is an extraordinary
instance when a non-DBE subcontractor's material purchases are claimed by the prime
contractor towards meeting the DBE goal.
DBEanalysisreportattachl FHWA(01-02)
Assumptions 10 Attachment 1
N
C
d
v $ r
C � u
$ g g g L9
v4Pr
�? O0 0 0O O
N D 4& in ui 40" -.,1, 4P, p to 0-.,I. `� Q
O O w w � w
8 to
p ^ c �f
= Q Q Q Q Q a 8 Q Q Q P
Z Z Z Z Z ac Z Z Z '" m
Q °' d O ,
C Q 7 7 Q Q Q ~ N Q Q O T
p gZ = s Z Z ZLL-^ O Z Z O 0
OH H 4JAr
W d T N N
c j TTTT� > sn
> Q Q Q Q o Q 7 i�
p oui > c Z C Z Z c Z Z Z ad
((� H U- H H H H H H i�
N N N V $ �
(� F- In
7 7 Q 0 Q Q N V 7 N If) m CD
t N CD
N S t Z Z N t m 0
Z OOl O V C T Z C LL- LL lL OJ C
} v F� � � H LL U- LL 40:1-
%n
H iR
O Or E
7 A A Ozpt to d 0%Q Q c c Q Q � d t c c
3 clli
�"� p Z H H H d iii N
H Q
4A- 40V
D V U- V W W Z w
X d
z 0 J O N O cn a
d O #
d d �i Og d 8 � ,Q O1 LL.
o � Q O Q Q � Q O Q M ^ 0 0
U vO? co Z Z u ' Z Oen Z N N 0 0LL- LL- v
� U-
0
^ U
N L N 00 co cva
LL. v a d o n y Q O y O t[�
LL. ^ W �. C Z Z N Z N Z N N
YJ Q H In � H V1 U- ell
4H Vr
N N
.-1 je �
N
ie LO
m Cl)
p�
V O O
ti 000 Goo Goo ago opo CO m ago O
c
0
v v �
y o c
L O a
N o u
o +
c a
T at N h ~ _ LL N
N
L. co
m ; N + M w @)
10 4 L. W
co V o
in LU
N N H O _ Q
40 u
Ed. m co V p $ I H Z O h M F- h m W 8
o
September 11.2W1 1999-2000 Federal Aid Project Bidders
Work
Bidder's Names Prime/Sub/Supplierffrucker Description Last Bid
J.A.Gonsalves&Son Construction Co. DBE Prime Contractor ExcJPaving 99-00
Rios Grading,Inc. DBE Prime Contractor exdpaving 99-00
Vargas&Esquivel Const., Inc. DBE Prime Contractor exc1paving 99-00
ASSL DBE Subcontractor grinding 2001
Airport Pavement Markings DBE Suboontwtor Striping 99-00
DDM Crane&Rigging OBE Subcontractor Paving,crane 99-00
Diaz Corporation DBE Subcontractor striping 99-00
O Camino Paving, Inc. DBE Subcontractor Paving 2001
Golden Bay Fence DBE Subcontractor gates 99-00
Lane Safety DBE Subcontractor traffic control 2001
Nitta Construction DBE Subcontractor erosion control 99-00
No Fault Asphalt DBE Subcontractor pullouts 99-00
Spirit Road Ods DBE Subcontractor PRF 99-00
Statewide Safety DBE Subcontractor constr.area signs 2001
Worldwide Land Surveys DBE Subcontractor surveying 99-00
AFA DBE Supplier Pile driving 99.00
Cervantes Trucking DBE Trucker trucl(ing 99-00
Chavez Tricking DBE Trucker truclang 2001
CJC Trucking DBE Trucker trucking 99-00
Double M Trucking DBE Trucker trucking 99-00
R&S Truc" DBE Trucker trucking 99-00
Rene Trucking DBE Trucker trucking 99'-00
Royal Trucking DBE Tricker trucking 2001
William Trucking DBE Trucker trucking 99-00
A J.Vasooni General Engineering Prime Contractor Strict Concrete 99-00
Bauman Landscape,Inc. Prime Contractor exc/paving 99-00
Bay Cities Paving&Grading Prime Contractor ExcJPaving 2001
Bruce Carom Grading&Paving, Inc. Prime Contractor excJpaving 99-00
Cal Electric Prime Contractor electrical 99-00
Caron&Sons,Inc. Prime Contractor exclpaving 99-00
Contra Costa Landscaping,Inc. Prime Contractor landscaping 99-00
Desdva Gates Construction Prime Contractor exc/paving 99-00
Frontier Contracting, Inc Prime Contractor struct Concrete 99-00
Ghdotti Brothers Construction, Inc. Prime Contractor exc/paving 2001
Ghilotti Construction Company, Inc. Prime Contractor exclpaving 99-00
Grade Tech,Inc. Prime Contractor exc/paving 99-00
Granite Construction Co. Prime Contractor exdpaving 2001
Keileskint-Crum,Inc. Prime Contractor landscaping 99-00
Lucas Marine Construction, Inc. Prime Contractor stnuct.Concrete 99-00
McGuire&Hester Prime Contractor Exc.JPaving 99-00
MCK Services,Inc. Prime Contractor exc/paving 99-00
O.C.Jones&Sorts,Inc. Prime Contractor excJpaving 99-00
Redgwick Construction Company Prime Contractor exc/paving 2001
RGW Construction,Inc. Prime Contractor exc/paving 99-00
Rick Armstrong Eng.&Building Contractor Inc. Prime Contractor Struct.Concrete 99-00
S.R.Hamilton Construction, Inc. Prime Contractor electrical 99-00
San Rafael Rock Quarry Prime Contractor Smart Concrete 99-00
Top Grade Construction.Inc. Prime Contractor exrlpaving 2001
VeGutini Corp.dba Royal Electric Co. Prime Contractor electrical 99-00
Watkin&Bortolussi.Inc. Prime Contractor landscaping 99.00
William G.McCullough Company Prime Contractor exclpaving 99-00
D b L Concrete Pumping Subcontractor concrete Pumping 99-00
AC Curb Subcontractor AC Dike 99-00
Bobbie Made Grinding Co. Subcontractor grinding 2001
Cambfin Steel Services Subcontractor rebar 99-00
chrisp Co. Subcontractor striping 2001
Cirimele Electric Works Subcontractor electrical 99-00
Nobe: These are bids for projects that were actually awarded.
DB 01-02)
1999 to 6-01 List of Bidders 1 Attachment 3
September 11.2°°1 1999-2000 Federal Aid Project Bidders
Work
Bidders Names Prime/Sub/Supplier/Trucker Description Last Bid
Cokanbia Electric Subcontractor electrical 99-00
Continental Electric Subcontractor electrical 2001
Contractors Chemical, Inc Subcontractor Joint seals 99-00
Cozart Brothers Subcontractor earthwork 99-00
CTM Construction.Inc. Subcontractor concrete barrier 99-00
Delta Consolidated Subcontractor pile driving 99-00
Delta Fence Subcontractor fencing 99-00
Dutra Construction Co.,Inc Subcontractor pile driving 99-00
Dynaram Construction Subcontractor fencing 99-00
Ecology Sprinkler Subcontractor plant establishment 99-00
Far West Safety Subcontractor construction area signs 2001
FCI Subcontractor Paving,strict.oonc. 99-00
Gk�Construction Suboontractor paving 99.00
Griffen Soa Stabilization Subcontractor fly ash 99-00
J.R.Rasmussen Construction Subcontractor grhufin9 99-00
WE Construction Subcontractor precast girder 99-00
M.Brown Electric Subcontractor electrical 99-00
M.Bumgamer,Inc. Subcontractor MBGR 8 concrete barn 99-00
M.F.Maher Subcontractor concrete 99.00
M.F.Maher Subcontractor concrete 99-00
MB Electric(Mike Broom) Subcontractor electrical 99-00
MBI Subcontractor concrete barrier 99-00
MCK Services,Inc. Subcontractor ping 99-00
No.Calif.Crack Seal Subcontractor crack seal 2001
Penhall Subcontractor grooving asphalt 99-00
Rasmussen Construction Co. Subcontractor grinding 2001
RC Shay Subcontractor stripmg/CAS/signs 99-00
Retable Crane Subcontractor pile driving 99-00
Richard A.Heaps Subcontractor for electrical 99-00
Riley's Striping Subcontractor striping 99-00
Serrano&Cone Subcontractor grooving asphalt 99-00
Steiny 8 Company Subcontractor electrical 99-00
Striping Graphics Subcontractor striping 99-00
Valley Slurry Seal Subcontractor Surface sealant 99-00
Imperial Irrigation Supplier erosion control 99-00
Un-named Suppliers Supplier(up to 16 different firms) Various supplies and a 99-00
G.W.Tricking Trucker trucking 99-00
Serpa Trucking Trucker trucking 99-00
IGfer Trucking Trucker trucking 99.00
LTarango Trucking Trucker trucking 99-00
Un-named Truckers(9) Trucker(up to 9 different firms) trucking 99-00
Prlme/Sub/Supplier/Trucker Summary Total DBE Representation
ieprime 3 10.00%
dbesub 12 25.00%
dbeswp 1 5.90%
dbelrucker 8 40.00%
pnirrte 27 -
supptier(assume 16 total,2 major sup•per project excluding paving and rock sup.) 17 -
sub 40 -
bucker 4 -
(8 projects,assume 8 non-DBE truckers that weren't req'd to be fisted) 8 -
Nome: These are bids for projects that were actually awarded.
DB 01-02)
1999 to 6-01 List of Bidders 2 Attachment 3
R111111111111611111 IS 1161111
t
I�� NIIIIIIIII �IIIIII��
����Illllll �����u��ulllli INN °1illl �l
���N�IIII � II VIII
- iiiu�i NII
Q
v N X u
N h A
O Q
w
CD
X X X X X
tu
T O
O
O
W" �O
d 1XI I I I 1 1.1
h O a
C O
0
--;Rl I I I I I I I I ix X1 I
� N
b
7
O! x x x x
m N o
CQ E w O
U
Ax x X X X X Q
h O e
u O
� � c
F W x
E �
.o
p C N
�— W
M
os X o
mo
v o
O C"
IWI N
w m W
W co X XX X X X X X O vmi
J Aoo
s M
W-Z X x x
� aDN e
G r M vi O
V O O E N
10 N M
Y e� m
3 xao Xcox
l I
e Mme
� N
7 C �u w w w 1-0 O
U.` W.0 0 oxumix xx x x x
NVe
—o N
i
c
W
C m
V W xXX X X x XO
c Qua q
�« wI. w w q
z 0 o 1xx IXI X x X X 1XI X X O X O X L
c
ci
A-
m12-1418.
a c c c c c 111i
c c c c c c c L'-
c c r c c c c c Ac
c c c c c c c c c c o c c c Q
10
Ix
mm
co CO QDO r-40 0mm OOOaD aDOAmaDA
aDmmOACDOmmgrnmmommmo moo}qmmmoommoH NOLS a rte' Nd¢ dq0 d o0ALLQ�L]LL LLZ LL V V �� LL-� QIL � LL�Q�� � ly
w y U �j
7 n
(A (r Q O Q W}Z Z (7Z�!' W
WO (j O W 0� Z N O
z � m -aw U z a a �z00 a LL
w ~�zU a C7 > .8 OY ~ w O06 7 w w
$$ k'�z_ ae' z ��`° w �a <_ _ < <n� � �� me o
�ZMW
= ZZ� � 0 ZOvW
Y � W �� arR'(�¢u�1
WW j ��Y�W�ZFnVgZ ►-�a{q � �d ro
�� < �� > �
EOOaaaQaa��v�K� KK Kfn