HAYWARD EXECUTIVE AIRPORT
DISADVANTAGE BUSINESS
ENTERPRISE PLAN
U.S. DEPARTMENT OF TRANSPORTATION
DBE PROGRAM 49 CFR PART 26
Prepared for:
Prepared by:
Revision Date: 2024-06-07
1
POLICY STATEMENT
Section 26.1, 26.23 Objectives/Policy Statement
Hayward Executive Airport has established a Disadvantaged Business Enterprise (DBE)
Program in accordance with regulations of the U.S. Department of Transportation
(DOT), 49 CFR Part 26. Hayward Executive Airport has received Federal financial
assistance from the Department of Transportation, and as a condition of receiving this
assistance, Hayward Executive Airport has signed an assurance that it will comply with
49 CFR Part 26 (hereafter referred to as “Part 26”).
It is the policy of Hayward Executive Airport to ensure that DBEs as defined in Part 26,
have an equal opportunity to receive and participate in DOTassisted contracts. It is
also Hayward Executive Airport policy to engage in the following actions on a continuing
basis:
1. Ensure nondiscrimination in the award and administration of DOT- assisted
contracts;
2. Create a level playing field on which DBEs can compete fairly for DOT-
assisted contracts;
3. Ensure that the DBE Program is narrowly tailored in accordance with
applicable law;
4. Ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are
permitted to participate as DBEs;
5. Help remove barriers to the participation of DBEs in DOT assisted contracts;
6. Promote the use of DBEs in all types of federally-assisted contracts and
procurement activities;
7. Assist the development of firms that can compete successfully in the market
place outside the DBE Program; and
8. Make appropriate use of the flexibility afforded to recipients of Federal
financial assistance in establishing and providing opportunities for DBEs.
Douglas McNeeley, Airport Manager, has been delegated as the DBE Liaison Officer. In
that capacity, Mr. McNeeley 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 Hayward Executive Airport in its
financial assistance agreements with the Department of Transportation.
Hayward Executive Airport has disseminated this policy statement to the FAA and all of
the components of our organization. This statement has been distributed to DBE and
non-DBE business communities that may perform work on the Hayward Executive
Airport DOT-assisted contracts. The distribution was accomplished by posting to the
Hayward Executive Airport official website.
____________________________________________ __________________
Date
Revision Date: 2024-06-07
2
GENERAL REQUIREMENTS
Section 26.1 Objectives
The objectives are elaborated in the policy statement on the first page of this program.
Section 26.3 Applicability
Hayward Executive Airport is the recipient of Federal airport funds authorized by 49
U.S.C. 47101, et seq.
Section 26.5 Definitions
Hayward Executive Airport will use terms in this program that have their meanings
defined in Part 26, § 26.5.
Section 26.7 Non-discrimination Requirements
Hayward Executive Airport will never exclude any person from participation in, deny any
person the benefits of, or otherwise discriminate against anyone in connection with the
award and performance of any contract covered by 49 CFR Part 26 on the basis of
race, color, sex, or national origin.
In administering its DBE program, Hayward Executive Airport will not, directly or through
contractual or other arrangements, use criteria or methods of administration that have
the effect of defeating or substantially impairing accomplishment of the objectives of the
DBE program with respect to individuals of a particular race, color, sex, or national
origin.
Section 26.11 Data Collection and Reporting Requirements
Hayward Executive Airport will provide data about its DBE Program to the Department
as directed by DOT and its operating administrations.
DBE participation will be reported to the Federal Aviation Administration (FAA) as
follows:
Hayward Executive Airport will transmit to FAA annually, by or before December 1,
the information required for the Uniform Report of DBE Awards or Commitments
and Payments, as described in Part 26. Hayward Executive Airport will similarly
report the required information about participating DBE firms. All reporting for this
purpose will be done through the FAA’s designated reporting system.
Revision Date: 2024-06-07
3
Bidders List
The City of Hayward’s Public Works does not maintain a Bidder’s list. When a project is
advertised through Bidnet Direct, the work categories are selected and the appropriate
contractors and plan rooms are notified. Hayward Executive Airport does not include
resource listing for locating DBE contractors.
Section 26.13 Assurances Recipients and Contractors Must Make
Hayward Executive Airport has signed the following assurances, applicable to all DOT-
assisted contracts and their administration:
Assurance: - Each financial assistance agreement the Hayward Executive Airport signs
with a DOT operating administration (or a primary recipient) will include the following
assurance:
Hayward Executive Airport shall not discriminate on the basis of race, color,
national origin, or sex in the award and performance of any DOT-assisted
contract or in the administration of its DBE program or the requirements of 49
CFR Part 26. Hayward Executive Airport shall take all necessary and reasonable
steps under 49 CFR Part 26 to ensure nondiscrimination in the award and
administration of DOT-assisted contracts. Hayward Executive Airport 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 Hayward Executive Airport of its failure to
carry out its approved program, the Department may impose sanctions as
provided for under 49 CFR Part 26 and may, in appropriate cases, refer the
matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil
Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
Contract Assurance: Hayward Executive Airport will ensure that the following clause is
included in each DOT-funded contract it signs with a contractor (and each subcontract
the prime contractor signs with a subcontractor):
The contractor, sub recipient or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor
shall carry out applicable requirements of 49 CFR part 26 in the award and
administration of DOT-assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of
this contract or such other remedy as the recipient deems appropriate, which may
include, but is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the contractor from future bidding as non-responsible.
Revision Date: 2024-06-07
4
ADMINISTRATIVE REQUIREMENTS
Section 26.21 DBE Program Updates
Hayward Executive Airport is required to have a DBE program meeting the
requirements of this part as it will receive grants for airport planning or development and
will award prime contracts, cumulative total value of which exceeds $250,000 in FAA
funds in a federal fiscal year.
Hayward Executive Airport is not eligible to receive DOT financial assistance unless
DOT has approved this DBE program and Hayward Executive Airport is in compliance
with it and Part 26. Hayward Executive Airport will continue to carry out this program
until all funds from DOT financial assistance have been expended. Hayward Executive
Airport does not have to submit regular updates of the DBE program document, as long
as it remains in compliance. However, significant changes in the program, including
those required by regulatory updates, will be submitted to the relevant operating
administration for approval.
Section 26.23 Policy Statement
The Policy Statement is elaborated on the first page of this DBE Program.
Section 26.25 DBE Liaison Officer (DBELO)
The following individual has been designated as the DBE Liaison Officer for the
Hayward Executive Airport:
Douglas McNeeley
Airport Manager
20301 Skywest Drive
Hayward, CA, 94541
510-293-5462
hayward.airport@hayward-ca.gov
In that capacity, the DBELO is responsible for implementing all aspects of the DBE
program and ensuring that Hayward Executive Airport complies with all provision of 49
CFR Part 26. The DBELO has direct, independent access to the City Manager
concerning DBE program matters. An organizational chart displaying the DBELO’s
position in the organization is included in Attachment 2 to this program.
The DBELO is responsible for developing, implementing, and monitoring the DBE
program, in coordination with other appropriate officials. The DBELO has a staff to
assist in the administration of the program. The duties and responsibilities include the
following:
Revision Date: 2024-06-07
5
1. Gathers and reports statistical data and other information as required by
DOT.
2. Reviews third party contracts and purchase requisitions for compliance with
this program.
3. Ensures that bid notices and requests for proposals are available to DBEs in
a timely manner.
Section 26.27 DBE Financial Institutions
Hayward Executive Airport encourages prime contractors on DOT-assisted contracts to
make use of financial institutions owned and controlled by socially and economically
disadvantaged individuals in the community.
Section 26.29 Prompt Payment Mechanisms
Hayward Executive Airport requires that all subcontractors performing work on DOT-
assisted contracts shall be promptly paid for work performed pursuant to their
agreements, in accordance with all relevant federal, state, and local law. Prompt
payment and return of retainage requirements also apply to lower-tier subcontractors.
In accordance with 49 CFR § 26.29, Hayward Executive Airport established a contract
clause implementing this requirement and requires prime contractors to pay
subcontractors for satisfactory performance of their contracts no later than 30 days from
the prime contractor’s receipt of each payment from Hayward Executive Airport.
Hayward Executive Airport ensures prompt and full payment of retainage from the prime
contractor to the subcontractor within 30 days after the subcontractor's work is
satisfactorily completed. Pursuant to § 26.29, Hayward Executive Airport has selected
the following method to comply with this requirement:
Hayward Executive Airport may hold retainage from prime contractors and provide for
prompt and regular incremental acceptances of portions of the prime contract, pay
retainage to prime contractors based on these acceptances, and require a contract
clause obligating the prime contractor to pay all retainage owed to the subcontractor for
satisfactory completion of the accepted work within 30 days after your payment to the
prime contractor.
For every airport construction project funded under Federal grant assistance
programs, Hayward Executive Airport includes the applicable clause from FAA
Advisory Circular 150/5370-10 (Section 90-06) pertaining to the selected
retainage method. The applicable clause will be included verbatim. However, if
state or local prompt payment laws provide for payment in less than 30 days, any
reference to “30 days” will be revised accordingly.
The Owner may decline to hold retainage from prime Contractors and require a
contract clause obligating prime Contractors to make prompt and full payment of
Revision Date: 2024-06-07
6
any retainage kept by prime Contractor to the subcontractor within 30 days after
the subcontractor’s work is satisfactorily completed.
a. No retainage will be held by the Owner from progress payments due the
prime.
b. The Contractor is required to pay all subcontractors for satisfactory
performance of their contracts no later than 30 days after the Contractor
has received a partial payment. Contractor must provide the Owner
evidence of prompt and full payment of retainage held by the prime
Contractor to the subcontractor within 30 days after the subcontractor’s
work is satisfactorily completed. A subcontractor’s work is satisfactorily
completed when all the tasks called for in the subcontract have been
accomplished and documented as required by the Owner. When the
Owner has made an incremental acceptance of a portion of a prime
contract, the work of a subcontractor covered by that acceptance is
deemed to be satisfactorily completed.
c. When at least 95% of the project work has been completed to the
satisfaction of the RPR, the RPR shall, at the Owner’s discretion and with
the consent of the surety, prepare estimates of both the contract value and
the cost of the remaining work to be done.
Hayward Executive Airport requires prime contractors to maintain records and
documents of payments to subcontractors, including DBEs, for a minimum of three (3)
years unless otherwise provided by applicable record retention requirements for the
Hayward Executive Airport’s financial assistance agreement, whichever is longer.
These records will be made available for inspection upon request by any authorized
representative of Hayward Executive Airport or DOT. This reporting requirement
extends to all subcontractors, both DBE and non-DBE.
Hayward Executive Airport proactively reviews contract payments to
subcontractors including DBEs monthly for active projects. Payment reviews will
evaluate whether the actual amount paid to DBE subcontractors is equivalent to
the amounts reported to Hayward Executive Airport by the prime contractor.
Prompt Payment Dispute Resolution
Hayward Executive Airport will take the following steps to resolve disputes as to
whether timely prompt payment and retainage releases are being made as required by
§ 26.29.
A contract clause, consistent with requirements of FAA Circular 150-5370-10H.
90-06, providing that the prime contractor will not be reimbursed for work
performed by subcontractors unless and until the prime contractor ensures that
the subcontractors are promptly paid for the work they have performed.
Prompt Payment Complaints
Revision Date: 2024-06-07
7
Complaints by subcontractors regarding the prompt payment requirements are handled
according to the following procedure.
If affected subcontractor is not comfortable contracting prime directly regarding
payment or unable to resolve payment discrepancies with prime, subcontractor
should contact DBELO to initiate complaint.
Pursuant to Sec. 157 of the FAA Reauthorization Act of 2018, all complaints
related to prompt payment will be reported in a format acceptable to the FAA,
including the nature and origin of the complaint and its resolution.
Enforcement Actions for Noncompliance of Participants
Hayward Executive Airport provides appropriate means to enforce the requirements of §
26.29. These means include:
o In accordance with the contract, assessing liquidated damages
against the prime contractor for each day beyond the required time
period the prime contractor fails to pay the subcontractor (per FAA
Circular 105-5370-10H.30-08.
o Pay subcontractors directly and deduct this amount from the
retainage owed to the prime;
o Issue a stop-work order until payments are released to
subcontractors, specifying in the contract that such orders
constitute unauthorized delays for the purposes of calculating
liquidated damages if milestones are not met.
Hayward Executive Airport will actively implement the enforcement actions detailed
above.
Section 26.31 Directory of Certified Firms
Hayward Executive Airport is a non-certifying member of the California Unified
Certification Program (UCP). The UCP maintains a directory identifying all firms eligible
to participate as DBEs and/or ACDBEs, and it contains all the elements required by
§26.31. The directory lists all firms eligible to participate as a DBE and/or ACDBE in the
program. In the listing for each firm, the UCP directory includes the following details
about the firm:
Business address
Business phone number
Firm website(s)
The types of work the firm has been certified to perform as a DBE and/or
ACDBE.
The type of work a DBE and/or ACDBE is eligible to perform is listed by using the
most specific NAICS code available to describe each type of work the firm
performs. Pursuant to § 26.81(n)(1) and (3), the UCP directory allows for NAICS
Revision Date: 2024-06-07
8
codes to be supplemented with specific descriptions of the type(s) of work the
firm performs.
The UCP directory may include additional data fields of other items readily
verifiable in State or locally maintained databases, such as State licenses held,
Pre-qualifications, and Bonding capacity.
The UCP directory is an online system that permits the public to search and/or
filter for DBEs by:
1. Physical location
2. NAICS code(s)
3. Work descriptions
4. All additional data fields of readily verifiable optional information described
above.
The directory includes a prominently displayed disclaimer that states the information
within the directory is not a guarantee of the DBE’s capacity and ability to perform work.
Section 26.33 Over-concentration
Hayward Executive Airport has not identified that over-concentration exists in the types
of work that DBEs perform.
Section 26.35 Business Development and Mentor-Protégé Programs
Hayward Executive Airport has not established a Business Development Program or a
Mentor-Protégé Program as described by 49 CFR Part 26.
Section 26.37 Monitoring Responsibilities
Hayward Executive Airport implements and carries out appropriate mechanisms to
ensure compliance with 49 CFR Part 26 program requirements by all program
participants, and describes and sets forth these mechanisms in this DBE program.
Hayward Executive Airport actively monitors attainment toward overall goals by
maintaining running tally that provides for a frequent comparison of cumulative DBE
awards/commitments to DOT-assisted prime contract awards to determine whether our
implementation of contract goals is projected to be sufficient to meet the annual goal.
The running tally for overall goal monitoring will be maintained by a running tally of
actual DBE attainments (e. g., payments actually made to DBE firms), including a
means of comparing these attainments to commitments. This mechanism to maintain a
running tally of overall goal attainment will be used to inform Hayward Executive Airport
decisions to implement goals on contracts to be advertised, according to our
established contract goal-setting process.
Hayward Executive Airport actively monitors participation with respect to each DBE
commitment by using a running tally that provides for a frequent comparison of
payments made to each listed DBE relative to the progress of work, including payments
Revision Date: 2024-06-07
9
for such work to the prime contractor. The running tally for contract goal monitoring will
be maintained by maintaining a running tally of actual DBE attainments (e.g., payments
actually made to DBE firms), including a means of comparing these attainments to
commitments. These contract-specific running tallies will be used to determine whether
the contractor is on track with meeting its DBE commitment and whether any projected
shortfall exists that requires the prime contractors good faith efforts to address to meet
the contract goal pursuant to § 26.53(g).
Monitoring Contracts and Work Sites
Hayward Executive Airport reviews contracting records and engages in active
monitoring of work sites to ensure that work committed to DBEs at contract award or
subsequently (e.g., as the result of modification to the contract) is actually performed by
the DBEs to which the work was committed, and such work is counted according to the
requirements of § 26.55. Work site monitoring for counting and commercially useful
function review is performed by DBELO or their designee. Contracting records are
reviewed by DBELO. Hayward Executive Airport will maintain written certification that
contracting records have been reviewed and work sites have been monitored to ensure
the counting of each DBE's participation is consistent with its function on the contract.
Section 26.39 Fostering Small Business Participation
Hayward Executive Airport has created a Small Business element to structure
contracting requirements to facilitate competition by small business concerns, taking all
reasonable steps to eliminate obstacles to their participation, including unnecessary and
unjustified bundling of contract requirements that may preclude small business
participation in procurements as prime contractors or subcontractors.
The small business element is incorporated as Attachment 10 to this DBE Program.
The program elements will be actively implemented to foster small business
participation. Hayward Executive Airport acknowledges that implementation of the small
business element is required for us to be considered by DOT as implementing our DBE
program in good faith.
Revision Date: 2024-06-07
10
SUBPART C GOALS, GOOD FAITH EFFORTS, AND COUNTING
Section 26.43 Set-asides or Quotas
Hayward Executive Airport does not use quotas or race-conscious set-asides in any
way in the administration of this DBE program.
Section 26.45 Overall Goals
Hayward Executive Airport will establish an overall DBE goal covering a three-year
federal fiscal year period if it anticipates awarding DOT-funded prime contracts the
cumulative total value of which exceeds $250,000 in DOT funds during any one or more
of the reporting fiscal years within the three-year goal period. In accordance with
§26.45(f), Hayward Executive Airport will submit its Overall Three-year DBE Goal to
FAA by August 1
st
of the year in which the goal is due, as required by the schedule
established by FAA.
The DBE goals will be established in accordance with the 2-step process as specified in
49 CFR Part 26.45. If the Hayward Executive Airport does not anticipate awarding
prime contracts the cumulative total value of which exceeds $250,000 in DOT funds
during any of the years within the three-year reporting period, an overall goal will not be
developed. However, this DBE Program will remain in effect and Hayward Executive
Airport will seek to fulfill the objectives outlined in 49 CFR Part 26.1.
Step 1. The first step is to determine a base figure for the relative availability of DBEs in
the market area. Hayward Executive Airport will use a DBE Directory information and
Census Bureau Data as a method to determine the base figure. Hayward Executive
Airport understands that the exclusive use of a list of prequalified contractors or plan
holders, or a bidders list that does not comply with the requirements of 49 CFR Part
26.45(c)(2), is not an acceptable alternative means of determining the availability of
DBEs.
Step 2. The second step is to adjust, if necessary, thebase figure” percentage from
Step 1 so that it reflects as accurately as possible the DBE participation the recipient
would expect in the absence of discrimination. Adjustments may be made based on
past participation, information from a disparity study (to the extent it is not already
accounted for in the base goal), and/or information about barriers to entry to past
competitiveness of DBEs on contracts. Hayward Executive Airport will examine all of
the evidence available in its jurisdiction to determine what adjustment, if any, is needed.
If the evidence does not suggest an adjustment is necessary, then no adjustment shall
be made.
Any methodology selected will be based on demonstrable evidence of local market
conditions and be designed to ultimately attain a goal that is rationally related to the
relative availability of DBEs in the Hayward Executive Airport market.
Revision Date: 2024-06-07
11
In establishing the overall goal, Hayward Executive Airport will provide for consultation
and publication. This includes consultation with minority, women’s and general
contractor groups, community organizations, and other officials or organizations which
could be expected to have information concerning the availability of disadvantaged and
non-disadvantaged businesses, the effects of discrimination on opportunities for DBEs,
and the efforts by Hayward Executive Airport to establish a level playing field for the
participation of DBEs. The consultation will include a scheduled, direct, interactive
exchange (e.g., a face-to-face meeting, video conference, teleconference) with as many
interested stakeholders as possible focused on obtaining information relevant to the
goal setting process, and it will occur before Hayward Executive Airport is required to
submit the goal methodology to the operating administration for review pursuant to
§26.45(f). The goal submission will document the consultation process in which
Hayward Executive Airport engaged. Notwithstanding paragraph (f)(4) of §26.45, the
proposed goal will not be implemented until this requirement is met.
In addition to the consultation described above, Hayward Executive Airport will publish a
notice announcing the proposed overall goal before submission to the FAA on August
1st. The notice will be posted on the Hayward Executive Airport official internet web site
and may be posted in other sources (e.g., minority-focused media, trade association
publications). If the proposed goal changes following review by FAA, the revised goal
will be posted on the Hayward Executive Airport official internet web site.
The public will also be informed that the proposed overall goal and its rationale are
available for inspection during normal business hours at the principal office of the
Hayward Executive Airport . This notice will provide that Hayward Executive Airport will
accept comments on the goals for 30 days from the date of the notice. Notice of the
comment period will include the addresses to which comments may be sent (including
offices and websites) and the location(s) where the proposed goal may be reviewed.
The public comment period will not extend the August 1
st
deadline.
The Overall Three-Year DBE Goal submission to FAA will include any information and
comments received, who provided the comment, and how Hayward Executive Airport
considered and responded to any comments and information received before finalizing
the goal.
Hayward Executive Airport will begin using the overall goal on October 1 of the relevant
period, unless other instructions from FAA have been received.
Project Goals
If permitted or required by the FAA, an overall goal may be expressed as a percentage
of funds for a particular grant or project or group of grants and/or projects, including
entire projects. Like other overall goals, a project goal may be adjusted to reflect
changed circumstances, with the concurrence of the appropriate operating
administration. A project goal is an overall goal, and it must meet all the substantive and
procedural requirements pertaining to overall goals. A project goal covers the entire
length of the project to which it applies. The project goal will include a projection of the
Revision Date: 2024-06-07
12
DBE participation anticipated to be obtained during each fiscal year covered by the
project goal. The funds for the project to which the project goal pertains are separated
from the base from which the regular overall goal, applicable to contracts not part of the
project covered by a project goal, is calculated.
Prior Operating Administration Concurrence
Hayward Executive Airport understands that prior FAA concurrence with the overall goal
is not required. However, if the FAA review suggests that the overall goal has not been
correctly calculated or that the method employed by Hayward Executive Airport for
calculating goals is inadequate, FAA may, after consulting with Hayward Executive
Airport, adjust the overall goal or require that the goal be adjusted by the Hayward
Executive Airport. The adjusted overall goal is binding. In evaluating the adequacy or
soundness of the methodology used to derive the overall goal, the U.S. DOT operating
administration will be guided by the goal setting principles and best practices identified
by the Department in guidance issued pursuant to § 26.9.
A description of the methodology to calculate the overall goal and the goal calculations
can be found in Attachment 5 to this program.
Section 26.47 Failure to meet overall goals
Hayward Executive Airport cannot be penalized, or treated by the Department as being
in noncompliance with Part 26, because DBE participation falls short of an overall goal,
unless Hayward Executive Airport fails to administer its DBE program in good faith.
Hayward Executive Airport understands that to be considered to be in compliance with
this part, an approved DBE Program and overall DBE goal, if applicable, must be
maintained, and this DBE Program must be administered in good faith.
Hayward Executive Airport understands that if the awards and commitments shown on
the Uniform Report of Awards or Commitments and Payments at the end of any fiscal
year are less than the overall goal applicable to that fiscal year, the following actions
must be taken in order to be regarded by the Department as implementing this DBE
Program in good faith:
(1) Analyze in detail the reasons for the difference between the overall goal and
the awards and commitments in that fiscal year;
(2) Establish specific steps and milestones to correct the problems identified in the
analysis to enable the goal for the new fiscal year to be fully met;
(3) Hayward Executive Airport will prepare, within 90 days of the end of the fiscal
year, the analysis and corrective actions developed under paragraph (c)(1) and (2)
of this section. We will retain copy of analysis and corrective actions in records for
a minimum of three years, and will make it available to FAA upon request. p
Revision Date: 2024-06-07
13
Section 26.51 Means Recipients Use to Meet Overall Goals
Breakout of Estimated Race-Neutral & Race-Conscious Participation
Hayward Executive Airport will meet the maximum feasible portion of its overall goal by
using race-neutral means of facilitating race-neutral DBE participation. Race-neutral
DBE participation includes any time a DBE wins a prime contract through customary
competitive procurement procedures or is awarded a subcontract on a prime contract
that does not carry a DBE contract goal.
Race-neutral means include, but are not limited to the following:
1. Arranging solicitations, times for the presentation of bids, quantities,
specifications, and delivery schedules in ways that facilitate participation
by DBEs and other small businesses and by making contracts more
accessible to small businesses, by means such as those provided under
§26.39.
2. Providing assistance in overcoming limitations such as inability to obtain
bonding or financing (e.g., by such means as simplifying the bonding
process, reducing bonding requirements, eliminating the impact of surety
costs from bids, and providing services to help DBEs, and other small
businesses, obtain bonding and financing);
3. Providing technical assistance and other services;
4. Carrying out information and communications programs on contracting
procedures and specific contract opportunities (e.g., ensuring the inclusion
of DBEs, and other small businesses, on recipient mailing lists for bidders;
ensuring the dissemination to bidders on prime contracts of lists of
potential subcontractors; provision of information in languages other than
English, where appropriate);
5. Implementing a supportive services program to develop and improve
immediate and long-term business management, record keeping, and
financial and accounting capability for DBEs and other small businesses;
6. Providing services to help DBEs, and other small businesses, improve
long-term development, increase opportunities to participate in a variety of
kinds of work, handle increasingly significant projects, and achieve
eventual self-sufficiency;
7. Establishing a program to assist new, start-up firms, particularly in fields in
which DBE participation has historically been low;
8. Ensuring distribution of the DBE directory, through print and electronic
means, to the widest feasible universe of potential prime contractors; and
9. Assisting DBEs, and other small businesses, to develop their capability to
utilize emerging technology and conduct business through electronic
media.
Revision Date: 2024-06-07
14
The breakout of estimated race-neutral and race-conscious participation can be found in
Attachment 5 to this program.
Hayward Executive Airport will arrange solicitations, times for the presentation of bids,
quantities, specifications, and delivery schedules in ways that facilitate participation by
DBEs and other small businesses and by making contracts more accessible to small
businesses, by means such as those provided under §26.39.
Contract Goals
If the approved projection under paragraph (c) of §26.51 estimates that the entire
overall goal for a given year can be met through race-neutral means, contract goals will
not be set during that year, unless the use of contract goals becomes necessary in
order meet the overall goal.
Contract goals will be established only on those DOT-assisted contracts that have
subcontracting possibilities. A contract goal need not be established on every such
contract, and the size of contract goals will be adapted to the circumstances of each
such contract (e.g., type and location of work, availability of DBEs to perform the
particular type of work).
Contract goals will be expressed as a percentage of the Federal share of a DOT-
assisted contract.
Section 26.53 Good Faith Efforts Procedures in Situations where there are
Contract Goals
Demonstration of good faith efforts (pre-award)
In cases where a contract goal has been established, the contract in question will only
be awarded to a bidder/offeror that has made good faith efforts to meet the contract
goal. The bidder/offeror can demonstrate that it has made good faith efforts by either
meeting the contract goal or documenting that it has made adequate good faith efforts
to do so. Examples of good faith efforts are found in Appendix A to Part 26.
Pamela Svrdlin, Airport Operations Supervisors is responsible for determining whether a
bidder/offeror who has not met the contract goal has documented sufficient good faith
efforts to be regarded as Responsive.
Hayward Executive Airport will ensure that all information is complete and accurate and
adequately documents the bidder/offeror’s good faith efforts before committing to the
performance of the contract by the bidder/offeror.
In all solicitations for DOT-assisted contracts for which a contract goal has been
established, the following information will be required of every bidder/offeror:
(1) Award of the contract will be conditioned on meeting the requirements of this
section;
Revision Date: 2024-06-07
15
(2) All bidders or offerors will be required to submit the following information to
the recipient, at the time provided in paragraph (3) of this section:
a. The names and addresses of DBE firms that will participate in the
contract;
b. A description of the work that each DBE will perform. To count toward
meeting a goal, each DBE firm must be certified in a NAICS code
applicable to the kind of work the firm would perform on the contract;
c. The dollar amount of the participation of each DBE firm participating;
d. Written documentation of the bidder/offeror’s commitment to use a DBE
subcontractor whose participation it submits to meet a contract goal; and
e. Written confirmation from each listed DBE firm that it is participating in
the contract in the kind and amount of work provided in the prime
contractor’s commitment. Each DBE listed to perform work as a regular
dealer or distributor must confirm its participation according to the
requirements of § 26.53 (c)(1).
f. If the contract goal is not met, evidence of good faith efforts (as
elaborated in Appendix A of Part 26). The documentation of good faith
efforts must include copies of each DBE and non-DBE subcontractor
quote submitted to the bidder when a non-DBE subcontractor was
selected over a DBE for work on the contract;
(3) The bidder/offeror will be required to present the information stipulated in
paragraph (2) of this section:
a. Under sealed bid procedures, as a matter of responsiveness, or with
initial proposals, under contract negotiation procedures.
Provided that, in a negotiated procurement, such as a procurement for
professional services, the bidder/offeror may make a contractually binding
commitment to meet the goal at the time of bid submission or the presentation of
initial proposals but provide the information required by paragraph (b)(2) of this
section before the final selection for the contract is made by Hayward Executive
Airport . This paragraph (b)(3)(ii) does not apply to a design-build procurement,
which must follow the provisions in paragraph (e) of 49 CFR § 26.53.
For each DBE listed as a regular dealer or distributor the Hayward Executive
Airport will make a preliminary counting determination to assess its eligibility for
60 or 40 percent credit, respectively, of the cost of materials and supplies based
on its demonstrated capacity and intent to perform as a regular dealer or
distributor, as defined in §§ 26.55(e)(2)(iv)(A), (B), (C), and (3) under the contract
at issue. The preliminary determination will be made based on the DBE’s written
responses to relevant questions and its affirmation that its subsequent
performance of a commercially useful function will be consistent with the
preliminary counting of such participation. Where the DBE supplier does not
affirm that its participation will meet the specific requirements of either a regular
dealer or distributor, Hayward Executive Airport will make appropriate
adjustments in counting such participation toward the bidder’s good faith efforts
to meet the contract goal. The bidder is responsible for verifying that the
Revision Date: 2024-06-07
16
information provided by the DBE supplier is consistent with the counting of such
participation toward the contract goal.
In a design-build contracting situation, in which Hayward Executive Airport
solicits proposals to design and build a project with minimal project details at time
of letting, Hayward Executive Airport may set a DBE goal that proposers must
meet by submitting a DBE Open-Ended DBE Performance Plan (OEPP) with the
proposal. The OEPP replaces the requirement to provide the information
required in paragraph (b) of § 26.53(b). To be considered responsive, the OEPP
must include a commitment to meet the goal and provide details of the types of
subcontracting work or services (with projected dollar amounts) that the proposer
will solicit DBEs to perform. The OEPP must include an estimated time frame in
which actual DBE subcontracts would be executed. Once the design-build
contract is awarded, Hayward Executive Airport will provide ongoing monitoring
and oversight to evaluate whether the design-builder is using good faith efforts to
comply with the OEPP and schedule. Hayward Executive Airport and the design-
builder may agree to make written revisions of the OEPP throughout the life of
the project, e.g., replacing the type of work items the design-builder will solicit
DBEs to perform and/or adjusting the proposed schedule, as long as the design-
builder continues to use good faith efforts to meet the goal.
Hayward Executive Airport will apply the requirements of this section to DBE
bidders/offerors for prime contracts. In determining whether a DBE bidder/offeror
for a prime contract has met a contract goal, Hayward Executive Airport will
count the work the DBE has committed to performing with its own forces as well
as the work that it has committed to be performed by DBE subcontractors and
DBE suppliers.
Administrative Reconsideration of Good Faith Efforts determinations
Within 5 days of being informed by Hayward Executive Airport that it is not responsive
because it has not documented adequate good faith efforts, a bidder/offeror may
request administrative reconsideration. Bidder/offerors should make this request in
writing to the following reconsideration official: Pamela Svrdlin, Airport Operations
Supervisor at 510.293.5462 or pamela.svrdlin@hayward-ca.gov. The reconsideration
official will not have played any role in the original determination that the bidder/offeror
did not 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 the
goal was met or the bidder/offeror made adequate good faith efforts to do. The
bidder/offeror will be sent a written decision on reconsideration, explaining the basis for
finding that the bidder did or did not meet the goal or make adequate good faith efforts
to do so. The result of the reconsideration process is not administratively appealable to
the Department of Transportation.
Revision Date: 2024-06-07
17
Good Faith Efforts procedural requirements (post-solicitation/award)
Hayward Executive Airport will include in each prime contract the contract clause
required by § 26.13(b) stating that failure by the contractor to carry out the requirements
of this part is a material breach of the contract and may result in the termination of the
contract or such other remedies set forth in that section that Hayward Executive Airport
deems appropriate if the prime contractor fails to comply with the requirements of this
section.
Hayward Executive Airport will require the awarded contractor to make available upon
request a copy of all DBE subcontracts. The contractor shall ensure that all
subcontracts or agreements with DBEs to supply labor or materials include all required
contract provisions and mandate that the subcontractor and all lower tier subcontractors
perform in accordance with the provisions of Part 26.
Hayward Executive Airport will require that a prime contractor not terminate a DBE or
any portion of its work listed in response to § 26.53(b)(2) (or an approved substitute
DBE firm per § 26.53(g)) without our prior written consent, unless Hayward Executive
Airport causes the termination or reduction. A termination includes any reduction or
underrun in work listed for a DBE not caused by a material change to the prime contract
by the recipient. This requirement applies to instances that include but are not limited to:
when a prime contractor seeks to perform work originally designed for a DBE
subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another
DBE firm.
Hayward Executive Airport will include in each prime contract a provision stating that:
(1) The contractor must utilize the specific DBEs listed to perform the work and
supply the materials for which each is listed unless the contractor obtains
Hayward Executive Airport’s written consent as provided in § 26.53(f); and
(2) Unless Hayward Executive Airport’s consent is provided under § 26.53(f), the
prime contractor must not be entitled to any payment for work or material unless
it is performed or supplied by the listed DBE.
Hayward Executive Airport may provide such written consent only if it agrees, for
reasons stated in our concurrence document, that the prime contractor has good cause
to terminate the listed DBE or any portion of its work.
Good cause does not exist if the prime contractor seeks to terminate a DBE or any
portion of its work that is relied upon to obtain the contract so that the prime contractor
can self-perform the work for which the DBE contractor was engaged, or so that he
prime contractor can substitute another DBE or non-DBE contractor after contract
award. For purposes of § 26.53(f)(3), good cause includes the following circumstances:
(1) The listed DBE subcontractor fails or refuses to execute a written contract;
(2) The listed DBE subcontractor fails or refuses to perform the work of its
subcontract in a way consistent with normal industry standards. Provided,
however, that good cause does not exist if the failure or refusal of the DBE
Revision Date: 2024-06-07
18
subcontractor to perform its work on the subcontract results from the bad faith or
discriminatory action of the prime contractor;
(3) The listed DBE subcontractor fails or refuses to meet the prime contractor’s
reasonable, nondiscriminatory bond requirements;
(4) The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit
worthiness;
(5) The listed DBE subcontractor is ineligible to work on public works projects
because of suspension and debarment proceedings pursuant to 2 CFR parts
180, 215, and 1200 or applicable state law;
(6) Hayward Executive Airport has determined that the listed DBE subcontractor is
not a responsible contractor;
(7) The listed DBE subcontractor voluntarily withdraws from the project and
provides to Hayward Executive Airport written notice of its withdrawal;
(8) The listed DBE is ineligible to receive DBE credit for the type of work required;
(9) A DBE owner dies or becomes disabled with the result that the listed DBE
contractor is unable to complete its work on the contract; and
(10) Other documented good cause that Hayward Executive Airport determines
compels the termination of the DBE subcontractor;
Before transmitting to Hayward Executive Airport the request to terminate a DBE
subcontractor or any portion of its work, the prime contractor must give notice in writing
to the DBE subcontractor, with a copy to Hayward Executive Airport sent concurrently,
of its intent to request to terminate and the reason for the proposed request.
The prime contractor’s written notice must give the DBE five (5) days to respond,
advising Hayward Executive Airport and the prime contractor of the reasons, if any, why
it objects to the proposed termination of its subcontract or portion thereof and why
Hayward Executive Airport should not approve the prime contractor’s request. If
required in a particular case as a matter of public necessity (e.g., safety), Hayward
Executive Airport may provide a response period shorter than five (5) days.
In addition to post-award terminations, the provisions of this section apply to pre-award
deletions or changes to DBEs or their listed work put forward by offerors in negotiated
procurements.
When a DBE subcontractor or a portion of its work is terminated by the prime contractor
as provided in § 26.53(f), or if work committed to a DBE is reduced due to
overestimations made prior to award, the prime contractor must use good faith efforts to
include additional DBE participation to the extent needed to meet the contract goal. The
good faith efforts shall be documented by the contractor. If Hayward Executive Airport
requests documentation under this provision, the contractor shall submit the
documentation within seven (7) days, which may be extended for an additional seven
(7) days, if necessary, at the request of the contractor. Hayward Executive Airport shall
provide a written determination to the contractor stating whether or not good faith efforts
have been demonstrated.
Revision Date: 2024-06-07
19
Section 26.55 Counting DBE Participation
DBE participation will be counted toward overall and contract goals as provided in §
26.55. The participation of a DBE subcontractor will not be counted toward a
contractor’s final compliance with its DBE obligations on a contract until the amount
being counted has actually been paid to the DBE.
In the case of post-award substitutions or additions, if a firm is not currently certified as
a DBE in accordance with the standards of subpart D of this part at the time of the
execution of the contract, the firm’s participation will not be counted toward any DBE
goals, except as provided for in § 26.87(j).
For FAA-funded projects only, firms that exceed the business size standard in §
26.65(b) will remain eligible for DBE certification and may be counted for DBE credit
toward overall and contract goals on FAA-funded projects as long as they do not
exceed the small business size standard, as adjusted by the United States Small
Business Administration, for the NAICS code(s) in which they are certified.
Revision Date: 2024-06-07
20
SUBPART D CERTIFICATION STANDARDS
Section 26.61 26.73 Certification Process
Hayward Executive Airport is a non-certifying member of the California Unified
Certification Program (UCP) and relies upon the UCP’s determinations of certification
eligibility. California UCP will use the certification standards of Subpart D of Part 26 to
determine the eligibility of firms to participate as DBEs in DOT-assisted contracts. To
be certified as a DBE, a firm must meet all certification eligibility standards. Certifying
California UCP members make all certification decisions based on the facts as a whole.
For information about the certification process or to apply for certification, firms should
contact:
California Department of Transportation (Caltrans)
Office of Business & Economic Opportunity
1823 14th Street
Sacramento, CA 95811
Phone: 916.324.1700
Email: DBE.Certification@dot.ca.gov
The Uniform Certification Application form, Personal Net Worth statement, and
documentation requirements can be reviewed at https://www.transportation.gov/civil-
rights/disadvantaged-business-enterprise/ready-apply.
Revision Date: 2024-06-07
21
SUBPART E CERTIFICATION PROCEDURES
Any procedures included here are highlights only. Detailed certification procedures are
enumerated in the full California UCP agreement. The full UCP agreement can be found
at:
https://californiaucp.dbesystem.com/
https://caltrans.dbesystem.com/
Section 26.81 Unified Certification Programs
Hayward Executive Airport is not a member of a Unified Certification Program (UCP)
administered by the California UCP. The CAUCP is responsible for DBE certification in
the state of California and provides firms a single place to find certifying agencies. To
apply for DBE certification interested firms should contact any one of the ten CUCP
Certifying Partners -Los Angeles County Metropolitan Transit Authority (LA Metro), San
Diego County Regional Airport Authority (SDCRAA), San Francisco Bay Area Rapid
Transit District (BART), San Francisco International Airport (SFO), San Francisco
Municipal Transportation Agency (SFMTA), San Mateo County Transit District
(SAMTrans), Santa Clara Valley Transportation Authority (VTA), City of Los Angeles,
City of Fresno, California Department of Transportation (Caltrans).
The UCP will meet all certification standards and procedures requirements of Subparts
D and E of Part 26.
Section 26.91 Actions Following DOT Certification Appeal Decisions
If the Hayward Executive Airport is a certifier to which a DOT determination under §
26.89 is applicable, we will take any and all required action(s) pursuant to § 26.91.
Revision Date: 2024-06-07
22
SUBPART F COMPLIANCE AND ENFORCEMENT
Section 26.101 Compliance Procedures Applicable to Hayward Executive Airport
Hayward Executive Airport understands that if it fails to comply with any requirement of
this part, Hayward Executive Airport may be subject to formal enforcement action under
§ 26.103 or § 26.105 or appropriate program sanctions by the concerned operating
administration, such as the suspension or termination of Federal funds, or refusal to
approve projects, grants or contracts until deficiencies are remedied. Program sanctions
may include, in the case of the FHWA program, actions provided for under 23 CFR
1.36; in the case of the FAA program, actions consistent with 49 U.S.C. 47106(d),
47111(d), and 47122; and in the case of the FTA program, any actions permitted under
49 U.S.C. chapter 53 or applicable FTA program requirements.
Hayward Executive Airport understands that, as provided in statute, it will not be subject
to compliance actions or sanctions for failing to carry out any requirement of this part
because it has been prevented from complying because a Federal court has issued a
final order in which the court found that the requirement is unconstitutional.
Section 26.103 Enforcement Actions Applicable to FHWA and FTA Programs
The provisions of this section apply to enforcement actions under FHWA and FTA
programs. ONLY paragraph (2) of this section is also applicable in FAA programs.
(1) Noncompliance complaints. Any person who believes that a recipient has
failed to comply with its obligations under this part may file a written complaint
with the concerned operating administration's Office of Civil Rights. A complaint
must be filed no later than 180 days after the date of the alleged violation or the
date on which the complainant learned of a continuing course of conduct in
violation of this part. In response to a complainant’s written request, the Office of
Civil Rights may extend the time for filing in the interest of justice, specifying in
writing the reason for so doing. The Office of Civil Rights may protect the
confidentiality of a complainant’s identity as provided in § 26.109(b). Complaints
under this part are limited to allegations of violation of the provisions of this part.
(2) Compliance reviews. The concerned operating administration may review the
recipient's compliance with this part at any time, including reviews of paperwork
and on-site reviews, as appropriate. The Office of Civil Rights may direct the
operating administration to initiate a compliance review based on complaints
received.
(3) Reasonable cause notice. If it appears, from the investigation of a complaint or
the results of a compliance review, that Hayward Executive Airport is in
noncompliance with part 26, the appropriate DOT office will promptly send
Hayward Executive Airport , return receipt requested, a written notice advising
that there is reasonable cause to find Hayward Executive Airport in
noncompliance. The notice states the reasons for this finding and directs
Revision Date: 2024-06-07
23
Hayward Executive Airport to reply within 30 days concerning whether you wish
to begin conciliation.
(4) Conciliation.
a. If Hayward Executive Airport requests conciliation, the appropriate DOT
office shall pursue conciliation for at least 30, but not more than 120, days
from the date of the request. The appropriate DOT office may extend the
conciliation period for up to 30 days for good cause, consistent with
applicable statutes.
b. If Hayward Executive Airport and the appropriate DOT office sign a
conciliation agreement, then the matter is regarded as closed and
Hayward Executive Airport is regarded as complying. The conciliation
agreement sets forth the measures Hayward Executive Airport has taken
or will take to ensure compliance. While a conciliation agreement is in
effect, Hayward Executive Airport remains eligible for FHWA or FTA
financial assistance.
c. The concerned operating administration shall monitor the implementation
of the conciliation agreement and ensure that its terms are complied with.
If Hayward Executive Airport fail to carry out the terms of a conciliation
agreement, Hayward Executive Airport is in noncompliance.
d. If Hayward Executive Airport does not request conciliation, or a
conciliation agreement is not signed within the time provided earlier in this
section, then enforcement proceedings begin.
(5) Enforcement actions.
a. Enforcement actions are taken as provided in this subpart.
b. Applicable findings in enforcement proceedings are binding on all DOT
offices.
Section 26.105 Enforcement Actions Applicable to FAA Programs
Compliance with all requirements of this part by airport sponsors and other recipients of
FAA financial assistance is enforced through the procedures of Title 49 of the United
States Code, including 49 U.S.C. 47106(d), 47111(d), and 47122, and regulations
implementing them.
The provisions of § 26.103(b) and this section apply to enforcement actions in FAA
programs.
Any person who knows of a violation of this part by a recipient of FAA funds may file a
complaint under 14 CFR part 16 with the Federal Aviation Administration Office of Chief
Counsel.
Section 26.107 Enforcement Actions Applicable to Participating Firms
If a firm that does not meet the eligibility criteria of subpart D of this part attempts to
participate in a DOT-assisted program as a DBE on the basis of false, fraudulent, or
deceitful statements or representations or under circumstances indicating a serious lack
Revision Date: 2024-06-07
24
of business integrity or honesty, the Department may initiate suspension or debarment
proceedings against the firm under 2 CFR parts 180 and 1200.
If a firm, in order to meet DBE contract goals or other DBE program requirements, uses
or attempts to use, on the basis of false, fraudulent or deceitful statements or
representations or under circumstances indicating a serious lack of business integrity or
honesty, another firm that does not meet the eligibility criteria of subpart D of this part,
the Department may initiate suspension or debarment proceedings against you under 2
CFR parts 180 and 1200.
In a suspension or debarment proceeding brought under paragraph (a) or (b) of this
section, the concerned operating administration may consider the fact that a purported
DBE has been certified by a recipient. Such certification does not preclude the
Department from determining that the purported DBE, or another firm that has used or
attempted to use it to meet DBE goals, should be suspended or debarred.
The Department may take enforcement action under 49 CFR Part 31, Program Fraud
and Civil Remedies, against any participant in the DBE program whose conduct is
subject to such action under 49 CFR part 31.
The Department may refer to the Department of Justice, for prosecution under 18
U.S.C. 1001 or other applicable provisions of law, any person who makes a false or
fraudulent statement in connection with participation of a DBE in any DOT-assisted
program or otherwise violates applicable Federal statutes.
Section 26.109 Confidentiality, Cooperation, and Intimidation or Retaliation
In responding to requests for information concerning any aspect of the DBE program,
the Department complies with provisions of the Federal Freedom of Information and
Privacy Acts (5 U.S.C. 552 and 552a). The Department may make available to the
public any information concerning the DBE program release of which is not prohibited
by Federal law.
Notwithstanding any provision of Federal or state law, information that may reasonably
be construed as confidential business information will not be released to any third party
without the written consent of the firm that submitted the information, including
applications for DBE certification and supporting information. However, this information
will be transmitted to DOT in any certification appeal proceeding under § 26.89 or to any
other state to which the individual’s firm has applied for certification under § 26.85.
All participants in the Department's DBE program (including, but not limited to,
recipients, DBE firms and applicants for DBE certification, complainants and appellants,
and contractors using DBE firms to meet contract goals) are required to cooperate fully
and promptly with DOT and recipient compliance reviews, certification reviews,
investigations, and other requests for information. Failure to do so shall be a ground for
appropriate action against the party involved (e.g., with respect to recipients, a finding of
Revision Date: 2024-06-07
25
noncompliance; with respect to DBE firms, denial of certification or removal of eligibility
and/or suspension and debarment; with respect to a complainant or appellant, dismissal
of the complaint or appeal; with respect to a contractor which uses DBE firms to meet
goals, findings of non-responsibility for future contracts and/or suspension and
debarment).
Hayward Executive Airport , contractor, or any other participant in the program will not
intimidate, threaten, coerce, or discriminate against any individual or firm for the
purpose of interfering with any right or privilege secured by this part or because the
individual or firm has made a complaint, testified, assisted, or participated in any
manner in an investigation, proceeding, or hearing under this part. Hayward Executive
Airport understands that it is in noncompliance with Part 26 if it violates this prohibition.
Revision Date: 2024-06-07
26
ATTACHMENTS
Attachment 1 Regulations: Link to 49 CFR Part 26 (eCFR)
Attachment 2 Organizational Chart
Attachment 3 Bidder’s List Collection Form
Attachment 4 Link to UCP Directory of Certified Firms
Attachment 5 Overall Goal Methodology
Attachment 6 Demonstration of Good Faith Efforts Forms
Attachment 7 DBE Monitoring and Enforcement Mechanisms
Attachment 8 Link to Certification Application Form and Personal Net Worth Statement
Attachment 9 State’s UCP Agreement
Attachment 10 Small Business Element Program
Revision Date: 2024-06-07
27
ATTACHMENT 1
DBE program regulations are codified in Title 49 of the Code of Federal Regulations,
Part 26. They can be retrieved using the following link to the Electronic Code of Federal
Regulations:
https://www.ecfr.gov/current/title-49/subtitle-A/part-26
Revision Date: 2024-06-07
28
ATTACHMENT 2
ORGANIZATIONAL CHART
Revision Date: 2024-06-07
29
ATTACHMENT 3
Bidder’s List Collection Form
Firm Name
Firm Address
(including ZIP
code)
DBE or
Non-DBE
Status
NAICS
Code(s) of
Scope(s)
Bid
Race/Gender of
Majority Owner
Annual Gross
Receipts
Black American
Hispanic American
Asian-Pacific
American
Subcontinent Asian
American
Native American
Non-minority Woman
Other
Less than $1
million
$1-3 million
$3-6 million
$6-10 million
Over $10
million
Black American
Hispanic American
Asian-Pacific
American
Subcontinent Asian
American
Native American
Non-minority Woman
Other
Less than $1
million
$1-3 million
$3-6 million
$6-10 million
Over $10
million
Black American
Hispanic American
Asian-Pacific
American
Subcontinent Asian
American
Native American
Non-minority Woman
Other
Less than $1
million
$1-3 million
$3-6 million
$6-10 million
Over $10
million
Revision Date: 2024-06-07
30
ATTACHMENT 4
California UCP Directory may be found here:
https://californiaucp.dbesystem.com/
Revision Date: 2024-06-07
31
ATTACHMENT 5
Overall DBE Three-Year Goal Methodology
Name of Recipient: City of Hayward
Goal Period: FY-2025-2027 October 1, 2025 through September 30, 2027
DOT-assisted contract amount: FY-2025 $6,743,100
FY-2026 $5,497,000
FY-2027 $590,000
Total $12,830,100
Overall Three-Year Goal: 5.52%, to be accomplished through 100% RN
Total dollar amount to be expended on DBEs: $708,221.52
Describe the Number and Type of Contracts that the airport anticipates awarding:
Contracts Fiscal Year #1
1. Airport Project Tower Siting Study - $225,500
2. Taxiway Z West Reconstruction Construction (BIL) $2,723,300
3. Taxiway Z West Reconstruction Construction - $2,426,300
4. Tower Renovations for Design and Construction - $600,000
5. T Hangar improvements - $200,000
6. Taxiway Z Design - $568,000
Contracts Fiscal Year #2
1. Air Traffic Control Tower Relocation (Environmental) - $1,000,000
2. OFA Midfield Improvements Construction Sulphur Creek Culvert (RSAT
Recommendation) - $4,500,000
Contracts Fiscal Year #3
1. Taxiway A West Rehab Design - $590,000
Market Area: Alameda County, San Francisco County, San Mateo County, Contra
Costa County, Marin County, Santa Clara County, Napa County, Solano County, and
Sonoma County.
Step 1. Relative Availability of DBEs
The step 1 figure for the relative availability was calculated as follows:
Method: Use DBE Directories https://californiaucp.dbesystem.com
and Census Bureau Data from https://data.census.gov/cedsci/
Revision Date: 2024-06-07
32
Weighted Availability of DBE firms:
Fiscal Year #1
For FY-2025, award of the following is anticipated:
Contract Name
Trade
Description
NAICS Description
NAICS
Trade ($)
Census
Directory
DBE (%)
DBE ($)
(= Trade $
x DBE %)
Airport Project -
Tower Siting
Study
($225,000)
Civil
Engineering (or
Planning)
Civil Engineering
Services
541330
$225,500
523
3
0.6%
$1,294
Taxiway Z West
Reconstruction
Construction
(BIL)
($2,723,333)
Electrical
Contractors and
Other Wiring
Installation
Contractors
Electrical
Contractors
238210
$725,000
355
3
0.8%
$6,127
Geophysical
Surveying and
Mapping
Services
Surveying and
Mapping
541360
$15,000
0
2
-
-
Highway,
Street, and
Bridge
Construction -
Paving
Mill and Overla
237310
$1,525,000
37
0
0.0%
$0.00
Highway,
Street, and
Bridge
Construction
Striping/Airport
runway line painting
237310
$45,000
37
8
21.6%
$9,730
Environmental
Consulting
Services
Sediment control
system construction
541620
$17,300
112
2
1.8%
$309
Flagging (i.e.,
traffic control)
services
Flagging and traffic
control services
561990
$25,200
48
3
6.3%
$1,5759
Landscaping
Services
Landscape services,
sod
561730
$13,800
296
0
0.0%
$0.00
Highway,
Street, and
Bridge
Construction
Construction
Management
237310
$275,000
37
8
21.6%
$59,460
Testing
Laboratories
Geotechincal
Testing laboratories
or services
541380
$42,000
56
2
3.6%
$1,500
City Administrative
Costs
N/A
$40,000
0
0
-
-
Taxiway Z West
Reconstruction
Construction
($2,426,667)
Electrical
Contractors and
Other Wiring
Installation
Contractors
Electrical
Contractors
238210
$600,000
355
3
0.8%
$5,070
Revision Date: 2024-06-07
33
Geophysical
Surveying and
Mapping
Services
Surveying and
Mapping
541360
$15,000
0
2
-
-
Highway,
Street, and
Bridge
Construction -
Paving
Mill and Overlay
237310
$1,400,000
37
0
0.0%
$0.00
Highway,
Street, and
Bridge
Construction
Striping/Airport
runway line painting
237310
$45,000
37
8
21.6%
$9,730
Environmental
Consulting
Services
Sediment control
system construction
541620
$15,300
112
2
1.8%
$273
All Other
Support
Services
Flagging and traffic
control services
561990
$25,200
48
3
6.3%
$1,575
Landscaping
Services
Landscape services,
sod
561730
$13,800
296
0
0.0%
$0.00
Highway,
Street, and
Bridge
Construction
Construction
Management
237310
$240,000
37
8
21.6%
$51,892
Testing
Laboratories
Geotechincal
Testing laboratories
or services
541380
$42,000
56
2
3.6%
$1,500
City Administrative
Costs
XX
$30,000
0
0
-
-
Tower
Renovations for
Design and
Construction of
HVAC and Fire
Alarm System
($600,000)
Plumbing,
Heating, and
Air-Conditioning
Contractors
HVAC
238220
$300,000
357
0
0.0%
$0.00
Fire alarm sales
combined with
installation,
repair, or
monitoring
services
Fire Alarm System
561621
$300,000
39
0
0.0%
$0.00
T Hangar
Improvements
Other Building
Finishing
Contractors
Hangar Wheel
238390
$100,000
41
1
2.4%
$2,440
All other
Specialty Trade
Contractors
Track
238990
$100,000
80
8
10.0%
$10,000
Taxiway Z
Design
($568,000)
Civil
Engineering
Engineering Design
Services
541330
$568,000.00
523
2
0.4%
$2,172
Revision Date: 2024-06-07
34
Fiscal Year #2
For FY-2026, award of the following is anticipated:
Contract Name
Trade
Description
NAICS Description
NAICS
Trade ($)
Census
Directory
DBE (%)
DBE ($)
(= Trade $
x DBE %)
Taxiway Z
Design
($568,000)
Civil
Engineering
Engineering Design
Services
541330
$568,000.00
523
2
0.4%
$2,172
OFA Midfield
Improvements
Construction -
Sulphur Creek
Culvert (RSAT
Recommendati
on)
($4,500,000)
Water and
Sewer Line and
Related
Structures
Construction
Grading and
Drainage
237110
$3,100,000
25
3
12.0%
$372,000
Electrical
Contractors and
Other Wiring
Installation
Contractors
Electrical
238210
$450,000
355
3
0.8%
$3,803
Surveying and
Mapping
(except
Geophysical)
Services
Construction Staking
541370
$30,000
15
6
40.0%
$12,000
Environmental
Consulting
Services
Sediment control
system construction
541620
$90,000
112
2
1.8%
$1,607
Flagging (i.e.,
traffic control)
services
Flagging and traffic
control services
561990
$200,000
48
3
6.3%
$12,500
Landscaping
Services
Landscape services,
sod
561730
$42,000
296
0
0.0%
$0.00
Highway,
Street, and
Bridge
Construction
Construction
Management
237310
$450,000
37
8
21.6%
$97,297
Testing
Laboratories
Geotechnical
Testing laboratories
or services
541380
$80,000
56
2
3.6%
$2,857
City Administrative
Costs
N/A
$55,000
0
0
-
-
Revision Date: 2024-06-07
35
Fiscal Year #3
For FY-2027, award of the following is anticipated:
Contract
Name
Trade
Description
NAICS Description
NAICS
Trade ($)
Census
Directory
DBE (%)
DBE ($)
(= Trade $
x DBE %)
Taxiway A
West Rehab
Design
Civil
Engineering
Engineering Design
Services
541330
$400,000
523
2
0.4%
$1,530
Geotechnical
Engineers
Testing Laboratory
(Geotechnical)
541380
$85,000
523
0
0.0%
$0.00
Surveyor
Survey and Mapping
541370
$65,000
15
6
40.0%
$26,000
County development
agencies
N/A
$40,000
0
0
-
-
Dividing the weighted DBE totals by the total estimate for all trades gives an initial DBE
availability figure for the projects anticipated during the goal-setting period (This figure is
expressed as a percentage and serves as the basis for the three-year overall goal.
Weighted DBE Goal at Step 1: 5.52%
Revision Date: 2024-06-07
36
Step 2: Adjustments to Step 1 base figure
After calculating a base figure of the relative availability of DBEs, evidence was examined to
determine what, if any, adjustment to the base figure was needed in order to arrive at the overall
goal.
Past History Participation
Not enough historical data on DBE participation is available to reference to make an adjustment
to the Step 1 base figure; therefore, Hayward Executive Airport is adopting the Step 1 base
figure as the overall goal for this three-year goal period.
Furthermore, there are no applicable disparity studies for the local market area or recent legal
case information from relevant jurisdictions to show evidence of barriers to make entry or
competitiveness of DBEs in the market area that is sufficient to warrant making an adjustment to
the base goal.
Revision Date: 2024-06-07
37
Breakout of Estimated Race and Gender Neutral (RN) Participation.
Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not
discriminate based on race, color, national origin, or sex in the performance of this
contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in
the award and administration of DOT-assisted contracts. Failure by the contractor to
carry out these requirements is a material breach of this contract, which may result in
the termination of this contract or such other remedy as the recipient deems
appropriate.
Take necessary and reasonable steps to ensure that DBEs have opportunity to
participate in the
contract (49 CFR 26).
The prime contractor shall meet the DBE goal shown elsewhere in these special
provisions or demonstrate that they made adequate good faith efforts to meet this goal.
Make work available to DBEs and select work parts consistent with available DBE
subcontractors and suppliers.
It is your responsibility to verify that the DBE firm is certified as DBE at date of bid
opening. For a list of DBE s certified by the California Unified Certification Program, go
to:
http://www.ucp.dot.ca.gov
All DBE participation will count toward the California Department of Transportation’s
federally mandated statewide overall DBE goal.
Credit for materials or supplies you purchase from DBEs counts towards the goal in the
following manner:
1. 100 percent counts if the materials or supplies are obtained from a DBE
manufacturer.
2. 60 percent counts if the materials or supplies are obtained from a DBE regular
dealer.
3. Only fees, commissions, and charges for assistance in the procurement and
delivery of materials or supplies count if obtained from a DBE that is neither a
manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and
"regular dealer."
You receive credit towards the goal if you employ a DBE trucking company that
performs a
commercially useful function as defined in 49 CFR 26.55(d)(1) through (4) and (6).
Revision Date: 2024-06-07
38
Hayward Executive Airport will meet the maximum feasible portion of the overall goal by
using RN means of facilitating DBE participation.
1. Provide notices of informally let contracts to DBEs who perform those types of
work or supply materials relative to the contract.
2. Refer DBEs to other resources for assistance when appropriate.
Hayward Executive Airport estimates that in meeting the established overall goal of
5.52% it will obtain 100% from RN participation measures.
This breakout is based on:
a) The U.S. 9
th
Circuit Court decision in the Western States Paving vs. Washington
State DOT case. The Court ruled the Department of Transportation’s DBE
Program is constitutional and narrowly tailored, however race conscious
elements of a national program must be limited to those parts of the country
where its race-based measures are demonstrably needed. Use of RC measures
must be substantiated by a disparity study reflecting evidence of discrimination.
Analysis in the 2012 Disparity Study completed by BBC Research & Consulting
for the California Department of Transportation (Caltrans) showed that Caltrans
had a higher percentage of DBE participation on contracts that did not use race-
conscious goals.
Hayward Executive Airport will adjust the estimated breakout of RN and RC DBE
participation as needed to reflect actual DBE participation and track and report RN and
RC participation separately. For reporting purposes, RN DBE participation includes, but
is not necessarily limited to the following: DBE participation through a prime contract
obtained through customary competitive procurement procedures; DBE participation
through a subcontract on a prime contract that does not carry a DBE goal, DBE
participation on a prime contract exceeding a contract goal, and DBE participation
through a subcontract from a prime contractor that did not consider a firm’s DBE status
in making the award.
Revision Date: 2024-06-07
39
PUBLIC PARTICIPATION
Consultation: Section 26.45 (g)(1).
In establishing the overall goal, Hayward Executive Airport provided for consultation and
publication. This process included consultation with minority, women’s, and general
contractor groups, community organizations, and other officials or organizations which
could be expected to have information concerning the availability of disadvantaged and
non-disadvantaged businesses, the effects of discrimination on opportunities for DBEs,
and Hayward Executive Airport efforts to establish a level playing field for the
participation of DBEs. The consultation included a scheduled, direct, interactive
exchange with as many interested stakeholders as possible focused on obtaining
information relevant to the goal setting process, and was conducted before the goal
methodology was submitted to the operating administration for review. Details of the
consultation process are as follows.
The consultation will be in a hybrid public meeting held on August 14, 2024, at 10:00
a.m. for the purpose of consulting with stakeholders to obtain information relevant to the
goal-setting process. The first fifteen minutes will be used to explain the process behind
the goal calculation, and the balance of the meeting will be open to public comment
related to the goal. The meeting will be held at Hayward Executive Airport Conference
room and accessible online through a Zoom meeting link.
Comments will be collected and will be added to a future version to be submitted to the
FAA.
A notice of the proposed goal was published on the Hayward Executive Airport official
website before the methodology was submitted to FAA.
Following the consultation, a notice was published in the Hayward Executive Airport
regarding the proposed overall goal, informing the public that the proposed goal and its
rationale are available for inspection during normal business hours at the Hayward
Executive Airport offices for 30 days following the date of the notice, and informing the
public that Hayward Executive Airport will accept comments on the goals for 30 days
from the date of the notice.
If the proposed goal changes following review by FAA, the revised goal will be posted
on the Hayward Executive Airport official website.
Notwithstanding paragraph (f)(4) of §26.45, Hayward Executive Airport proposed goals
will not be implemented until the stakeholder consultation requirement has been met.
Our overall goal submission to DOT will include a summary of information and
comments received during this public participation process and our responses, if any.
Revision Date: 2024-06-07
40
PUBLIC NOTICE
Hayward Executive Airport hereby announces its proposed Disadvantaged Business
Enterprise (DBE) participation goal of 5.52% for FAA-funded contracts/agreements. The
proposed goal pertains to federal fiscal years 2025 through 2027. Prior to submittal to the
FAA, a hybrid public meeting will be held on August 14, 2024, at 10:00 a.m. for the
purpose of consulting with stakeholders to obtain information relevant to the goal-setting
process.
The meeting will consist of two parts. The first fifteen minutes will be used to explain the
process behind the goal calculation, and the balance of the meeting will be open to public
comment related to the goal. Specific subjects will include DBE participation at Airport
projects, and hear from community organizations who can share information on the
availability of disadvantaged and non-disadvantaged businesses, the effects of
discrimination on opportunities for DBEs and the recipient’s efforts to establish a level
playing field for the participation of DBEs. Minority, women’s and general contractor
groups and encouraged to participate.
The proposed goal and its attendant methodology are available for inspection between
8:00 a.m. and 5:00 p.m. Monday through Friday at the Hayward Executive Airport Office
and on the Airport webpage (http://www.hayward-ca.gov/airport/doing-business-withus/projects)
for 30 days from the date of this publication.
Meeting details:
August 14, 2024, at 10:00 a.m.
Hayward Executive Airport Conference Room
20301 Skywest Dr
Hayward, CA 94541
Virtual attendance can be accessed via this link:
Virtual attendance can be accessed via this link: https://kimley-
horn.zoom.us/j/97518716681?pwd=BgL5bAMLC2ruQuB2lbVSQRg8zMiPRb.1
Meeting ID: 975 1871 6681
Passcode: 314262
Comments on the DBE goal will be accepted for 30 days from the date of this publication and
can be sent to the following:
Hayward Executive Airport
20301 Skywest Drive, Hayward, CA 94541
510-293-8678
airport@hayward-ca.gov
Revision Date: 2024-06-07
41
ATTACHMENT 6
Demonstration of Good Faith Efforts - Forms 1, 2, and 3
FORM 1: DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION
The undersigned bidder/offeror has satisfied the requirements of the bid specification in
the following manner:
Bidder/offeror has met the DBE contract goal
The bidder/offeror is committed to a minimum of ____ % DBE utilization on this
contract.
Bidder/offeror has not met the DBE contract goal
The bidder/offeror is committed to a minimum of ____% DBE utilization on this
contract and has submitted documentation demonstrating good faith efforts.
Legal name of bidder/offeror’s firm: ______________________________________
Bidder/Offeror Representative:
____________________________________________________________
Name & Title
______________________________________ ___________________
Signature Date
Revision Date: 2024-06-07
42
FORM 2: LETTER OF INTENT
Note: The authorized representative (AR) named below must be an individual vested with the
authority to make contracting decisions on behalf of the firm.
Name of bidder/offeror’s firm: _________________________________________________
Name & title of firm’s AR: ____________________________________________________
Phone: _____________________________ Email: ________________________________
Name of DBE firm: __________________________________________________________
Name & title of DBE firm’s AR: _________________________________________________
Address: __________________________________________________________________
City: _____________________________________ State: _______ Zip: _______________
Phone: _________________________ Email: ____________________________________
Work to be performed by DBE firm:
Description of Work
NAICS
Dollar Amount / %*
Manufacturer/Regular
Dealer/Distributor/Broker**
*Percentage is to be used only in negotiated procurements
**For DBE suppliers only, state how the DBE will perform. For dealer/distributor/broker, Form 3 must be included.
The undersigned bidder/offeror is committed to utilizing the above-named DBE firm for the work
described above. The total expected dollar value of this work is
$ ____________________. The bidder/offeror understands that if it is awarded the
contract/agreement resulting from this procurement, it must enter into a subcontract with the
DBE firm identified above that is representative of the type and amount of work listed.
Bidder/offeror understands that upon submitting this form with its bid/offer, it may not substitute
or terminate the DBE listed above without following the procedures of 49 CFR Part 26, §26.53.
_____________________________________________ Date: _______________
Signature of Bidder/Offeror’s Authorized Representative
The undersigned DBE affirms that it is ready, willing, and able to perform the amount and type
of work as described above, and is properly certified to be counted for DBE participation
therefore.
_____________________________________________ Date: _______________
Signature of DBE’s Authorized Representative
If the bidder/offeror does not receive award of the prime contract, all representations in
this Letter of Intent shall be null and void.
Submit this page for each DBE subcontractor.
Revision Date: 2024-06-07
43
Form 3: DBE Regular Dealer/Distributor Affirmation Form
Revision Date: 2024-06-07
44
ATTACHMENT 7
Administrative Enforcement Mechanisms
Hayward Executive Airport has available several remedies to enforce the DBE
requirements contained in its contracts, including, but not limited to, the following:
1. Breach of contract action, pursuant to the terms of the contract;
2. Breach of contract action, pursuant to State Code Civil Code Sections 3300-
3302 and 3353-3360.
Revision Date: 2024-06-07
45
ATTACHMENT 8
DBE Certification Application Form and Personal Net Worth Statement:
Hayward Executive Airport is not a certifying agency but relies on DBE certifications
of the California UCP. A link to the California DBE UCP Certification Application
Process, including required forms, is available at https://www.transportation.gov/civil-
rights/disadvantaged-business-enterprise/ready-apply
Revision Date: 2024-06-07
46
ATTACHMENT 9
California UCP Agreement:
Hayward Executive Airport does not have an agreement with the California UCP, but
does rely on the California UCP certification to determine eligibility of a firms’
participation in FAA-funded contracts to be counted toward DBE program and contract
goals.
Revision Date: 2024-06-07
47
ATTACHMENT 10
Small Business Element
1. Objective/Strategies
(1) On prime contracts not having DBE contract goals, requiring the prime contractor to
provide subcontracting opportunities of a size that small businesses, including DBEs,
can reasonably perform, rather than self-performing all the work involved.
(2) To meet the portion of the overall goal projected to be met through race-neutral
measures, ensuring that a reasonable number of prime contracts are of a size that small
businesses, including DBEs, can reasonably perform.
2. Definition
As stated on the Office of Small Business and DVBE Services website. Small Business
to be eligible for certification, the small business must meet the following
requirements:
Be independently owned and operated;
Not dominant in field of operation;
Principal office located in California;
Owners (officers, if a corporation) domiciled in California; and,
Including affiliates, be either,
o A business with 100 or fewer employees; an average annual gross receipts of
$16 million or less, over the last three tax years;
o A manufacturer with 100 or fewer employees; or,
o A micro business a small business will automatically be designated as a
micro business, if gross annual receipts are $5,000,000 or less; or the small
business is a manufacturer with 25 or fewer employees.
3. Verification
The Office of Small Business and DVBE Services (OSDS) is the states certifying that
administers the small business, small business for the purpose of public works, and DVBE
certification programs. Contractor shall maintain, and provide to the City, documentation from
the OSDS recognizing subcontractors as being certified as a small business or DVBE.
4. Monitoring/Record Keeping
Hayward Executive Airport will establish Small Business Enterprise (SBE) participation
goals concurrent with the next DBE overall goal setting process.
5. Assurances
The program is permitted under state law;
Certified DBEs that meet the size criteria established under the program are
presumptively eligible to participate in the program;
Revision Date: 2024-06-07
48
No limits are placed on the number of contracts awarded to firms participating in the
program, but every effort will be made to avoid creating barriers to the use of new,
emerging, or untried businesses; and
Aggressive steps will be taken to encourage those minority and women owned firms that
are eligible for DBE certification to become certified.
The program is open to small businesses regardless of their location (i.e., there is no
local or other geographic preference).