City of Douglas
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
for
DOUGLAS MUNICIPAL GENE CHAMBERS AIRPORT
DOUGLAS, GEORGIA
June 2019
2
TABLE of CONTENTS
Contents
Section 26.1, 26.23 Objectives/Policy Statement 3
SUBPART A GENERAL REQUIREMENTS 4
Section 26.1 Objectives 4
Section 26.3 Applicability 4
Section 26.5 Definitions 4
Section 26.7 Non-discrimination Requirements 4
Section 26.11 Record Keeping Requirements 4
Section 26.13 Federal Financial Assistance Agreement 5
SUBPART B - ADMINISTRATIVE REQUIREMENTS 6
Section 26.21 DBE Program Updates 6
Section 26.23 Policy Statement 6
Section 26.25 DBE Liaison Officer (DBELO) 6
Section 26.27 DBE Financial Institutions 7
Section 26.29 Prompt Payment Mechanisms 7
Section 26.31 Directory 9
Section 26.33 Overconcentration 9
Section 26.35 Business Development Programs 9
Section 26.37 Monitoring and Enforcement Mechanisms 9
Section 26.39 Fostering Small Business Participation 12
SUBPART C GOALS, GOOD FAITH EFFORTS, AND COUNTING 12
Section 26.43 Set-asides or Quotas 12
Section 26.45 Overall Goals 12
Section 26.47 Goal Setting and Accountability 14
Section 26.49 Transit Vehicle Manufacturers Goals 14
Section 26.51(a-c) Breakout of Estimated Race-Neutral & Race-Conscious Participation 15
Section 26.51(d-g) Contract Goals 15
Section 26.53 Good Faith Efforts Procedures 15
Section 26.55 Counting DBE Participation 19
SUBPART D CERTIFICATION STANDARDS 20
Section 26.61 26.73 Certification Process 20
SUBPART E CERTIFICATION PROCEDURES 20
Section 26.81 Unified Certification Programs 20
SUBPART F COMPLIANCE AND ENFORCEMENT 21
Section 26.109 Information, Confidentiality, Cooperation 21
SUBPART A GENERAL REQUIREMENTS
Section 26.1 Objectives
The objectives are found in the policy statement on the first page of this program.
Section 26.3 Applicability
The City of Douglas is the recipient of federal airport funds authorized by 49 U.S.C. 47101,
et seq.
Section 26.5 Definitions
The City will adopt the definitions contained in Section 26.5 for this program.
Section 26.7 Non-discrimination Requirements
The City will never exclude any person from participation in, deny any person the benefits of, or
otherwise discriminate against anyone in connection with the award and performance of any
contract covered by 49 CFR Part 26 on the basis of race, color, sex, or national origin.
In administering its DBE program, the City will not, directly or through contractual or other
arrangements, use criteria or methods of administration that have the effect of defeating or
substantially impairing accomplishment of the objectives of the DBE program with respect to
individuals of a particular race, color, sex, or national origin.
Section 26.11 Record Keeping Requirements
Reporting to USDOT: 26.11(b)
The City will report DBE participation to USDOT as follows:
The Airport will submit annually the Uniform Reports of DBE Awards or Commitments and
Payments, as modified for use by FAA recipients, via FAA dbE-Connect
(https://faa.civilrightsconnect.com/).
Bidders List: 26.11(c)
The City will create and maintain a bidders list, consisting of information about all DBE and non-
DBE firms that bid or quote on USDOT-assisted contracts. The purpose of this requirement is to
allow use of the bidders’ list approach to calculating overall goals. The bidder list will include the
name, address, DBE non-DBE status, age, and annual gross receipts of firms.
The City will collect this information in the following ways:
5
a. Include a contract clause requiring prime bidders to report the names/addresses, and
possibly other information, of all firms who quote to them on subcontracts.
b. Include a notice in all solicitations, and otherwise widely disseminated, request to firms
quoting on subcontracts to report the approved information directly to the City’s DBELO for
inclusion in the bidder’s list.
c. Request the above information from all potential bidders who contact the Airport seeking
bid information, and/or who attend pre-bid meetings, conferences, etc., at the Airport.
d. The City may also consider the use of the Bidders List Data Collection form, as shown in
Attachment 10.
Section 26.13 Federal Financial Assistance Agreement
The City has signed the following assurances, applicable to all USDOT-assisted contracts and their
administration:
Assurance: 26.13(a)
The City of Douglas shall not discriminate on the basis of race, color, national origin, or sex in
the award and performance of any USDOT-assisted contract; or in the administration of its
DBE Program or the requirements of 49 CFR Part 26. The recipient shall take all necessary
and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and
administration of USDOT assisted contracts. The recipient’s DBE Program, as required by 49
CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement.
Implementation of this program is a legal obligation and failure to carry out its terms shall be
treated as a violation of this agreement. Upon notification to the City of its failure to carry
out its approved program, the Department may impose sanction 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.).
This language will appear in financial assistance agreements with sub-recipients.
Contract Assurance: 26.13b
The City will ensure that the following clause is placed in every USDOT-assisted contract and
subcontract:
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 USDOT
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 payment:
6
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the contractor from future bidding as non-responsible.
SUBPART B - ADMINISTRATIVE REQUIREMENTS
Section 26.21 DBE Program Updates
The City 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. The City is not eligible to receive
DOT financial assistance unless DOT has approved this DBE program and the City is in compliance
with it and Part 26. The City will continue to carry out this program until all funds from DOT
financial assistance have been expended. The City 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 for DOT
approval.
Section 26.23 Policy Statement
The policy statement is elaborated on the first page of this program.
Section 26.25 DBE Liaison Officer (DBELO)
The City has designated the following individual as its DBE Liaison Officer:
Ms. Georgia Henderson, Community Development Director
City of Douglas
211 S. Gaskin Avenue
Douglas, GA 31533
912-383-0277
ghenderson@cityofdouglas.com
In that capacity, the DBELO is responsible for implementing all aspects of the DBE program and
ensuring that the City complies with all provision of 49 CFR Part 26. The DBELO has direct,
independent access to the City Manager concerning DBE program matters. An organization chart
displaying the DBELO’s position in the organization is found in Attachment 1 to this program.
The DBELO is responsible for developing, implementing and monitoring the DBE program, in
coordination with other appropriate officials. The DBELO, along with her staff, will administer
the program. The duties and responsibilities include the following:
1. Gathers and reports statistical data and other information as required by USDOT.
2. Reviews third party contracts and purchase requisitions for compliance with this program.
3. Works with all departments to set overall triennial goals.
7
4. Ensures that bid notices and requests for proposals are available to DBEs in a timely
manner.
5. Identifies contracts and procurements so that DBE goals are included in solicitations (both
race-neutral methods and contract-specific goals attainment) and identifies ways to
improve progress.
6. Analyzes the City’s progress toward attainment and identifies ways to improve progress.
7. Participates in pre-bid meetings.
8. Advises the City on DBE matters and achievement.
9. Provides DBEs with information and assistance in preparing bids, obtaining bonding and
insurance.
10. Plans and participates in DBE training seminars.
11. Provides outreach to DBEs and community organizations to advise them of opportunities.
Section 26.27 DBE Financial Institutions
It is the policy of the City to investigate the full extent of services offered by financial institutions
owned and controlled by socially and economically disadvantaged individuals in the community,
to make reasonable efforts to use these institutions, and to encourage prime contractors on
USDOT-assisted contracts to make use of these institutions.
In developing this DBE program, the City’s efforts did not identify any such institutions within its
service area. The City will evaluate on a yearly basis, and if any such institutions are established
in the Airport’s service area, the City will consider the services offered by these institutions and
refer them as noted above.
Section 26.29 Prompt Payment Mechanisms
The City requires that all subcontractors performing work on USDOT-assisted contracts shall be
promptly paid for work performed pursuant to their agreements, in accordance with all relevant
federal, state, and local law.
The City has established, as part of its DBE Program, a contract clause to require prime
contractors to pay subcontractors for satisfactory performance of their contracts no later than
10 days from receipt of each payment made to the prime contractor.
The City will ensure prompt and full payment of retainage from the prime contractor to the
subcontractor within 10 days after the subcontractor's work is satisfactorily completed. The City
will 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 10 days after
payment to the prime contractor.
To implement this measure, the City will include the following clause from the FAA Advisory
Circular 150-5370-10H in each DOT-assisted prime contract.
8
a. From the total of the amount determined to be payable on a partial payment, 10% percent
of such total amount will be deducted and retained by the City for protection of the City’s
interests. Unless otherwise instructed by the City, the amount retained by the City will be in
effect until the final payment is made except as follows:
(1) Contractor may request release of retainage on work that has been partially accepted by
the City in accordance with Section 50-14. Contractor must provide a certified invoice to
the RPR that supports the value of retainage held by the City for partially accepted work.
(2) In lieu of retainage, the Contractor may exercise at its option the establishment of an
escrow account per paragraph 90-08.
b. The Contractor is required to pay all subcontractors for satisfactory performance of their
contracts no later than 10 days after the Contractor has received a partial payment.
Contractor must provide the City evidence of prompt and full payment of retainage held by
the prime Contractor to the subcontractor within 10 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
City. When the City 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 work has been completed to the satisfaction of the RPR, the RPR
shall, at the City’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. The City may retain an
amount not less than twice the contract value or estimated cost, whichever is greater, of the
work remaining to be done. The remainder, less all previous payments and deductions, will
then be certified for payment to the Contractor.
The City will share information regarding required documentation for payment with
subcontractors. The City will take steps to promote the timely submission by contractors of
invoices for payment, and will also maintain adequate internal controls to facilitate timely
payment to contractors.
Dispute Resolution: 26.29(e) (1-3)
The City requires that prime contractors insert a contract provision in their subcontractor
agreements that allows for a dispute resolution process. Pursuant to 49 CFR Part 26.29(e) (1-3),
the following contract provisions will be reviewed and approved by the City:
1. A contract clause that requires prime contractors to include in their subcontractors’
agreements language providing that prime contractors and subcontractors will use
appropriate alternative dispute resolution mechanisms to resolve payment disputes; and
9
disputes between the prime contractor and DBE subcontractor may also be subject to
Georgia’s Alternative Dispute Resolution process
1
.
2. A contract clause 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.
Section 26.31 Directory
The primary Disadvantaged Business Enterprise Directory for the City comes from the Georgia
Department of Transportation (GDOT) and contains listings of certified minority- and women-
owned construction firms and material suppliers from throughout the State of Georgia.
GDOT maintains active lists of certified disadvantaged businesses located throughout the state.
Therefore, all of the firms listed in the directory have been certified by this state and in
accordance with USDOT criteria. It should be noted also that these listings and certifications are
periodically updated with some firms being added, while others are removed. Also, the State of
Georgia Department of Administrative Services, which maintains a list of small businesses
2
, may
be consulted to identify potential DBE firms.
These directories should enable prime contractors for projects at the Airport to proceed more
easily in their attempts to comply with overall goals regarding Disadvantaged Business
Enterprises.
GDOT revises the directory in real time, and the weblink may be found in Attachment 2.
Section 26.33 Overconcentration
The City has not identified that overconcentration exists in the types of work that DBEs perform.
However, the DBELO will continue to monitor the various categories every three years to ensure
that non-DBE firms are not unduly burdened.
Section 26.35 Business Development Programs
The City has not established a business development program. The DBELO will re-evaluate the
need for such a program every three years.
Section 26.37 Monitoring and Enforcement Mechanisms
Monitoring Payments to DBEs and Non-DBEs
The City will provide ongoing monitoring of prime contractor payments to subcontractors over
the course of any covered contract. The City will require prime contractors to report
1
http://godr.org
2
http://doas.ga.gov/state-purchasing/suppliers/minority-business-enterprise-certification
10
documentation of payments to subcontractors monthly. The DBELO will review and verify that
payments have been made and retainage has been returned to subcontractors in accordance to
section 26.29.
The City will require 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 City’s financial assistance agreement, whichever
is longer. These records will be made available for inspection upon request by any authorized
representative of the City or DOT. This reporting requirement extends to all subcontractors, both
DBE and non-DBE.
The City uses a number of DBE forms, which can be found in Attachment 3, to collect DBE
information for initial project setup and for ongoing monitoring of DBE participation:
DBE Project Compliance Review Checklist
Listing of DBE Subcontractors
DBE Monthly Report
DBE Commercially Useful Function Report
The DBELO or the City’s representative will conduct onsite compliance reviews of FAA-funded
projects. The DBELO will review all DBE subcontracts and payments; and will evaluate any DBE
firms working on the project during the date of the visit. The DBELO will conduct a commercially
useful function (CUF) review at least once during the project for all DBEs. The DBELO will also
review monthly progress reports submitted by prime contractors to determine if they are on
track to meet the DBE goal. Written certification will be documented by the DBELO on the DBE
Project Compliance Review Checklist form.
Prompt Payment Dispute Resolution
The City will take the following steps to resolve disputes as to whether work has been
satisfactorily completed for purposes of §26.29.
A meeting will be scheduled with the prime contractor, subcontractor, DBELO and other
appropriate City representative(s). Any meeting for the purpose of dispute resolution will
include City representative(s) authorized to bind each interested party, including City
representative(s) with authorization to take enforcement action.
The City has established, as part of its DBE program, the following mechanism(s) to ensure
prompt payment and return of retainage:
A contract clause 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.
11
If the prime contractor has not paid subcontractors in accordance with 26.29, the City will
not reimburse the prime contractor for work performed by subcontractors until the prime
contractor is in compliance with 26.29.
Prompt Payment Complaints
Complaints by subcontractors regarding the prompt payment requirements are handled
according to the following procedure.
1. The affected subcontractor shall file a complaint with the prime contractor directly
regarding payment.
2. If filing a complaint with the prime contractor does not result in timely and meaningful
action by the prime contractor to resolve the prompt payment dispute, the affected
subcontractor may contact the City’s DBELO.
3. If filing a prompt payment complaint with the DBELO does not result in timely and
meaningful action by the City to resolve prompt payment disputes, the affected
subcontractor may contact the FAA Office of Civil Rights.
4. 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
The City will provide appropriate means to enforce the requirements of §26.29. These means
may include:
Assessing liquidated damages, in accordance with the contract, against the prime
contractor for each day beyond the required time period the prime contractor fails to pay
the subcontractor
Advising subcontractors of the availability of the payment and performance bond to
assure payment for labor and materials in the execution of the work provided for in the
contract
Paying subcontractors directly and deducting this amount from the retainage owed to the
prime contractor
Issuing 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.
The City
will actively implement the enforcement actions detailed above.
Monitoring Contracts and Work Sites
The City will review contracting records and will engage 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.
12
The DBELO will perform work site monitoring and will review all contracting records. The City will
maintain written certification that contracting records have been reviewed and work sites have
been monitored for this purpose.
Section 26.39 Fostering Small Business Participation
The City has created an 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.
This element has been submitted to the FAA, and has been approved. The program element is
included as Attachment 4. The City will actively implement the program elements to foster small
business participation. Doing so is a requirement of good faith implementation of the DBE
program.
SUBPART C GOALS, GOOD FAITH EFFORTS, AND COUNTING
Section 26.43 Set-asides or Quotas
The City does not use quotas in any way in the administration of this DBE program.
Section 26.45 Overall Goals
The City
will establish an overall DBE goal covering a three-year federal fiscal year period if it
anticipates awarding DOT/FAA-funded prime contracts the cumulative total value of which
exceeds $250,000 during any one or more of the reporting fiscal years within the three-year goal
period. In accordance with Section 26.45(f) the City will submit its overall three-year DBE goal to
FAA by August 1st as required by the established schedule below.
Airport Type Region
Date Due
(Goal Period)
Next Goal Due
(Goal Period)
Non-Primary
(GAs, Relievers and State
DOTs)
New England,
Northwest
Mountain, &
Southern
August 1, 2017
(2018/2019/2020)
August 1, 2020
(2021/2022/2023)
The DBE goals will be established in accordance with the 2-step process as specified in 49 CFR
Part 26.45. If the City
does not anticipate awarding DOT/FAA-funded prime contracts the
cumulative total value of which exceeds $250,000 during any of the years within the three-year
reporting period, the City will not develop an overall goal; however, this DBE Program will remain
in effect and the City will seek to fulfill the objectives outlined in 49 CFR Part 26.1.
A description of the methodology to calculate the overall goal and the goal calculations can be
found in Attachment 5 to this program. This section of the program will be updated triennially.
13
In establishing the overall goal, the City will provide for consultation and publication. This
includes consultation with minority, women’s and general contractor groups, community
organizations, and other officials or organizations that 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 City’s efforts 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 City’s goal setting
process, and it will occur before submitting the goal methodology to the FAA for review pursuant
to paragraph (f) of this section. The City will document in the goal submission the consultation
process that we engaged in. Notwithstanding paragraph (f)(4) of this section, the City will not
implement the proposed goal until this requirement is fulfilled.
In addition, the City will post a notice announcing the proposed overall goal before submission
to the operating administration on August 1st. The notice will be posted on the City’s official
internet web site and may be posted in any other sources (e.g., minority-focused media, trade
association publications). If the proposed goal changes following review by the operating
administration, the revised goal will be posted on the official internet web site. The City will
inform the public that the proposed overall goal and its rationale are available for inspection
during normal business hours at the DBELO’s office, and that the City 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) where the proposal
may be reviewed. The public comment period will not extend the August 1
st
deadline.
The City’s overall goal submission to USDOT will include a summary of information and
comments received during this public participation process and responses, if any comments are
received.
The City will begin using the overall goal on October 1 of each year, unless it has received other
instructions from USDOT. If the City establishes a goal on a project basis, it will begin using the
goal by the time of the first solicitation for a USDOT-assisted contract for the project.
Section 26.45(e) - Project Goals
If permitted or required by the FAA Administrator, 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 of this
section 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 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.
14
If a goal is established on a project basis, the goal will be used by the time of the first solicitation
for a DOT-assisted contract for the project.
Section 26.45(f) - Prior Operating Administration Concurrent
The City understands that it is not required to obtain prior operating administration concurrence
with the overall goal. However, if the operating administration’s review suggests that the overall
goal has not been correctly calculated or that the method for calculating goals is inadequate, the
operating administration may, after consulting with the City, adjust the overall goal or require
that the City do so. 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.
Section 26.47 Goal Setting and Accountability
The City 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 the City fails to administer its
DBE program in good faith.
The City 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.
The City understands that if the awards and commitments shown on the City’s Uniform Report
of Awards or Commitments and Payments at the end of any fiscal year are less than the overall
applicable to that fiscal year, the City will:
1. Analyze in detail the reason for the difference between the overall goal and the actual
awards/commitments;
2. Establish specific steps and milestones to correct the problems identified in the analysis; and
3. 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. The City will retain a copy of the
analysis and corrective actions in its records for a minimum of three years. The City will make
it available to the FAA upon request.
Section 26.49 Transit Vehicle Manufacturers Goals
N/A
15
Section 26.51(a-c) Breakout of Estimated Race-Neutral & Race-Conscious Participation
The breakout of estimated race-neutral and race-conscious participation can be found in
Attachment 6 to this program. This section of the program will be updated annually when the
goal calculation is updated.
Section 26.51(d-g) Contract Goals
The City will use contract goals to meet any portion of the overall goal it does not project being
able to meet using race-neutral means. Contract goals are established so that, over the period
to which the overall goal applies, they will cumulatively result in meeting any portion of the overall
goal that is not projected to be met through the use of race-neutral means.
The City will establish contract goals only on those USDOT-assisted contracts that have
subcontracting possibilities. The City needs not establish a contract goal 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).
The City will express its contract goals as a percentage of the total amount of a USDOT-assisted
contract.
Section 26.53 Good Faith Efforts Procedures
Demonstration of good faith efforts (26.53(a) & (c))
The obligation of the bidder/offeror is to make good faith efforts. The bidder/offeror can
demonstrate that it has done so either by meeting the contract goal or documenting good faith
efforts. Examples of good faith efforts are found in Appendix A to Part 26.
The DBELO 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.
The City will ensure that all information is complete and accurate and adequately documents the
bidder/offer’s good faith efforts before we commit to the performance of the contract by the
bidder/offeror.
Information to be submitted (26.53(b))
In its solicitations for DOT/FAA-assisted contracts for which a contract goal has been established,
the City will require the following:
(1) Award of the contract will be conditioned on meeting the requirements of this section;
(2) All bidders or offerors will be required to submit the following information to the City, at the
time provided in paragraph (b)(3) of this section:
16
(i) The names and addresses of DBE firms that will participate in the contract;
(ii) 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;
(iii) The dollar amount of the participation of each DBE firm participating;
(iv) Written documentation of the bidder/offeror’s commitment to use a DBE subcontractor
whose participation it submits to meet a contract goal; and
(v) 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.
(vi) If the contract goal is not met, evidence of good faith efforts (see Appendix A of 49 CFR
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; and
(3) The City will require that the bidder/offeror present the information required by paragraph
(b)(2) of this section under sealed bid procedures, as a matter of responsiveness, or with initial
proposals, under contract negotiation procedures.
This information will be collected using the forms found in Attachment 7.
Administrative reconsideration (26.53(d))
Within ten (10) days of being informed by the City that it is not responsive because it has not
documented sufficient good faith efforts, a bidder may request administrative reconsideration.
Bidders should make this request in writing to the following administrative reconsideration
official (ARO): Jerome Adams, Attorney, City of Douglas, PO Box 470, Douglas, GA 31534-
0470. The ARO will not have played any role in the original determination that the bidder 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 City’s administrative reconsideration official to discuss the issue of whether it met the goal
or made adequate good faith efforts to do. The City will send the bidder/offeror a written
decision on reconsideration, explaining the basis for finding that the bidder did or did not meet
the goal or make adequate good faith efforts to do so. The result of the reconsideration
process is not administratively appealable to the US Department of Transportation.
Good Faith Efforts procedures in situations when there are contract goals (26.53(f)(g))
The City will include in each prime contract a provision stating:
17
The contractor shall utilize the specific DBEs listed to perform the work and supply the
materials for which each is listed unless the contractor obtains the City’s written consent as
provided in this paragraph 26.53(f); and
That, unless the City’s consent is provided under this paragraph 26.53(f), the contractor shall
not be entitled to any payment for work or material unless it is performed or supplied by the
listed DBE.
The City will require the contractor that is awarded the contract to make available upon request
a copy of all DBE subcontracts. The subcontractor shall ensure that all subcontracts or an
agreement with DBEs to supply labor or materials require that the subcontract and all lower tier
subcontractors be performed in accordance with this part’s provisions.
Good Faith Efforts when a DBE is replaced on a contract (26.53(f))
The City requires that prime contractors not terminate a DBE subcontractor listed on a
bid/contract with a DBE contract goal without the City’s prior written consent. Prior written
consent will only be provided where there is “good cause” for termination of the DBE firm, as
established by Section 26.53(f)(3) of the DBE regulation.
In those instances where “good cause” exists to terminate a DBE’s contract, the City will require
the prime contractor to make good faith efforts to replace a DBE that is terminated or has
otherwise failed to complete its work on a contract with another certified DBE, to the extent
needed to meet the contract goal. The City will require the prime contractor to notify the DBELO
immediately of the DBE’s inability or unwillingness to perform and provide reasonable
documentation.
In this situation, the City will require the prime contractor to obtain prior approval of the
substitute DBE and to provide copies of new or amended subcontracts, or documentation of
good faith efforts. The City will provide such written consent only if the City agrees, for reasons
stated in a concurrence document, that the prime contractor has good cause to terminate the
DBE firm. For purposes of this paragraph, 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 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, non-
discriminatory bond requirements.
(4) The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness;
18
(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 1,200 or
applicable state law;
(6) The City 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 us
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;
(10) Other documented good cause that the City has determined compels the termination of the
DBE subcontractor. Provided, that good cause does not exist if the prime contractor seeks to
terminate a DBE it 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 the prime contractor
can substitute another DBE or non-DBE contractor after contract award.
Before transmitting its request to the City to terminate and/or substitute a DBE subcontractor,
the prime contractor must give notice in writing to the DBE subcontractor, with a copy to the City,
of its intent to request to terminate and/or substitute, and the reason for the request.
The prime contractor must give the DBE five days to respond to the prime contractor’s notice and
advise the City and the contractor of the reasons, if any, why it objects to the proposed
termination of its subcontract and why the City should not approve the prime contractor’s action.
If required in a particular case as a matter of public necessity (
e.g.,
safety), the City may provide
a response period shorter than five days.
In addition to post-award terminations, the provisions of this section apply to pre-award
deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements.
The City will require a contractor to make good faith efforts to replace a DBE that is terminated
or has otherwise failed to complete its work on a contract with another certified DBE. These good
faith efforts shall be directed at finding another DBE to perform at least the same amount of
work under the contract as the DBE that was terminated, to the extent needed to meet the
contract goal that the City established for the procurement. The good faith efforts shall be
documented by the contractor. If the City requests documentation from the contractor 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, and
the City shall provide a written determination to the contractor stating whether or not good faith
efforts have been demonstrated.
The City 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
19
that section that the City deems appropriate if the prime contractor fails to comply with the
requirements of this section.
If the contractor fails or refuses to comply in the time specified, the City’s contracting office will
issue an order stopping all or part of payment/work until satisfactory action has been taken. If
the contractor still fails to comply, the contracting officer may issue a termination for default
proceeding.
Sample Bid Specification:
The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation,
apply to this contract. It is the policy of the City of Douglas, as owner of the airport, to practice
nondiscrimination based on race, color, sex, or national origin in the award or performance
of this contract. All firms qualifying under this solicitation are encouraged to submit
bids/proposals. Award of this contract will be conditioned upon satisfying the requirements
of this bid specification. These requirements apply to all bidders/offerors, including those
who qualify as a DBE. A DBE contract goal of ____ percent has been established for this
contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR
Part 26, to meet the contract goal for DBE participation in the performance of this contract.
The bidder/offeror will be required to submit the following information:
(1) the names and addresses of DBE firms that will participate in the contract;
(2) a description of the work that each DBE firm will perform;
(3) the dollar amount of the participation of each DBE firm participating;
(4) written documentation of the bidder/offeror’s commitment to use a DBE
subcontractor whose participation it submits to meet the contract goal;
(5) written confirmation from the DBE that it is participating in the contract as provided
in the commitment made under (4);
(6) if the contract goal is not met, evidence of good faith efforts.
Section 26.55 Counting DBE Participation
The City will count DBE participation toward overall and contract goals as provided in 49 CFR
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).
20
Pursuant to Sec. 150 of the FAA Reauthorization Act of 2018, DBE firms certified with NAICS code
237310 that exceed the business size standard in § 26.65(b) will remain eligible for DBE credit for
work in that category as long as they do not exceed the small business size standard for that
category, as adjusted by the United States Small Business Administration.
SUBPART D CERTIFICATION STANDARDS
Section 26.61 26.73 Certification Process
The City will refer all matters pertaining to certification to the Georgia Department of
Transportation’s Equal Opportunity Division in accordance with the State’s UCP program. The
Equal Opportunity Division will use the certification standards of Subpart D of Part 26 to
determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be
certified as a DBE, a firm must meet all certification eligibility standards. The Equal Opportunity
Division will 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:
Georgia Department of Transportation
Equal Opportunity Division
600 West Peachtree Street, N.W.
7th Floor
Atlanta, Georgia 30308
(404) 631-1972
http://www.dot.ga.gov/PS/Business/DBE
The certification application forms and documentation requirements are found in Attachment 8
to this program.
SUBPART E CERTIFICATION PROCEDURES
Section 26.81 Unified Certification Programs
The City is a member of the Unified Certification Program (UCP) administered by the Georgia
Department of Transportation (GDOT)’s Equal Opportunity Division. The UCP will meet all of the
requirements of this section. Georgia’s UCP program uses the certification standards of Subpart
D of Part 26 and the certification procedures of Subpart E of Part 26 to determine the eligibility
of firms to participate as DBEs in USDOT/FAA-assisted contracts. Under the GDOT UCP Program,
only GDOT will conduct all DBE certifications. To be certified as a DBE, a firm must meet all
certification eligibility standards. The City will refer all certifications to GDOT.
21
SUBPART F COMPLIANCE AND ENFORCEMENT
Section 26.109 Information, Confidentiality, Cooperation
The City will safeguard, from disclosure to third parties, information that may reasonably be
regarded as confidential business information, consistent with Federal, state, and local law.
Notwithstanding any contrary provisions of state or local law, the City will not release personal
financial information submitted in response to the personal net worth requirement to a third
party (other than USDOT) without the written consent of the firm that submitted the information.
This includes applications for DBE certification and supporting information. However, the City
will transmit this information to DOT in any certification appeal proceeding under § 26.89 of this
part or to any other state to which the individual’s firm has applied for certification under § 26.85
of this part.
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 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).
The City, 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. If the City violates this prohibition, the City will be in noncompliance with this part.
Monitoring Payments to DBEs
The City will require prime contractors to maintain records and documents of payments to DBEs
for three (3) years following the performance of the contract. These records will be made
available for inspection upon request by any authorized representative of the City or USDOT.
This reporting requirement also extends to any certified DBE subcontractor.
The City will perform interim audits of contract payments to DBEs. The audit will review payments
to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or
exceeds the dollar amounts states in the schedule of DBE participation.
22
ATTACHMENTS
Attachment 1 Organizational Chart
Attachment 2 DBE Directory
Attachment 3 Monitoring and Enforcement Mechanisms
Attachment 4 Small Business Participation Plan
Attachment 5 Overall Goal Calculation
Attachment 6 Breakout of Estimated Race-Neutral & Race-Conscious Participation
Attachment 7 Form 1 & 2 for Demonstration of Good Faith Efforts
Attachment 8 Certification Application Forms
Attachment 9 Regulations: 49 CFR Part 26
Attachment 10 Bidders List Data Form
Attachment 1
Organizational Chart
City of Douglas
Douglas Municipal Gene Chambers Airport
Douglas, Georgia
Organizational Chart
City of Douglas Board
of Commissioners
City Manager
Community
Development Director
DBELO
Attachment 2
DBE Directory
The DBE Directory for the State of
Georgia may be found at
http://www.dot.ga.gov/PS/Business/DBE.
Attachment 3
Monitoring and Enforcement
Mechanisms
1
City of DouglasDouglas Municipal Gene Chambers Airport
1. All participants are hereby notified that pursuant to Title 49 Code of Federal Regulations, United
States Department of Transportation, Part 26 and the Disadvantaged Business Enterprise
Participation Program for the City of Douglas, they must affirmatively ensure that, in any
contract entered into with the City, DBEs will be afforded
equal
opportunity to participate in
subcontracting activities. It is the policy of the City to ensure that DBEs, as defined in Part 26,
have an equal opportunity to receive and participate in USDOT-assisted contracts. It is further
the policy of the City to ensure nondiscrimination in the award and administration of USDOT-
assisted contracts.
2. All contracts between the City, and a Contractor shall contain an appropriate provision to the
effect that failure by the Contractor to comply with the City’s DBE Program shall constitute a
breach of contract, exposing the Contractor to a potential termination of the contract or other
appropriate remedy, including withholding of funds, until such time as the contractor complies
with all the DBE requirements of this program. Under authority granted by Georgia law, the City
may impose liquidated damages, contract suspension, or even contract termination.
3. All documentation submitted at time of bid, as well as additional data provided by the successful
bidder, is considered part of the contract documents. Any alterations, substitutions, deletions,
etc., to data provided at time of submission of bid must have prior approval of the City’s DBE
Liaison Officer.
4. Should a DBE firm not certified by the Georgia Department of Transportation be proposed by a
potential contractor as a part of his/her DBE plan efforts, the inclusion of said firm will not be
considered a demonstration of making good faith efforts towards meeting the DBE goal.
5. In contracts with DBE contract goals, bids submitted which do not meet the DBE contract goals,
and which do not show that a meaningful good faith effort was made to achieve the stated
goals, will be considered non responsive bids, and bidders will be notified of the deficiency and
given opportunity to appeal to the Administrative Reconsideration Official (49 CFR 26.53). The
bidder will not be eligible for award of the contract until the appeal procedures are complete.
The Administrative Reconsideration Official will make the determination on the sufficiency of the
good faith efforts.
6. The City reserves the right to reject any or all bids, or to re-advertise for bids. Award, if made,
will be to the lowest responsive and qualified bidder. A bid will not be considered responsive
unless the bidder complies with Title 49 Code of the Federal Regulations, Part 26, and the
Disadvantaged Business Enterprise Program of the City.
7. The City shall require contractors to make good faith efforts to replace a DBE subcontractor that
is terminated, or fails to complete its work on the contract for any reason, with another DBE
subcontractor. If a DBE subcontractor is terminated, or fails to complete its work on the
contract for any reason, the Contractor must notify the Airport immediately. These good faith
efforts shall be directed at finding another DBE to perform at least the same amount of work
under the contract as the DBE that was terminated, to the extent needed to meet the
established contract goal. The City shall approve all substitutions prior to contract award and
during contract performance in order to ensure that the substitute firms are eligible DBEs.
2
Additional information on the City’s Disadvantaged Business Enterprise Program can be
obtained from the DBE Liaison Officer, Ms. Georgia Henderson, Community Development
Director, City of Douglas, 211 S. Gaskin Avenue, Douglas, GA 31533, 912-383-0277,
ghenderson@cityofdouglas.com
.
8. The City will also implement a monitoring and enforcement mechanism to ensure that work
committed to DBEs at contract award is actually performed by DBE’s. This mechanism will
provide for 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 mechanisms
will include, but not be limited to, the following:
a. Review bid package documentation thoroughly, obtaining clarification, if necessary.
b. Review monthly reports regarding employment as well as DBE participation to ensure
adherence to plan as represented in bid documents and as stipulated in this program.
c. Monitor progress of payments to DBEs through monthly reports from prime contractors.
d. Monitor progress of DBEs work through on-site visits and communication with DBEs. The
City will implement a monitoring and enforcement mechanism that will include written
certification that the City has reviewed contracting records and monitored work sites for this
purpose. This monitoring will be conducted during routine project site visits on a monthly
basis. The DBELO will sign off on the written certifications.
9. The City will bring to the attention of the US Department of Transportation any false, fraudulent,
or dishonest conduct in connection with the program, so that USDOT can take the steps (e.g.,
referral to the Department of Justice for criminal prosecution, referral to the USDOT Inspector
General, action under suspension and debarment or Program Fraud and Civil Penalties rules)
provided in 26.109.
10. The City also will consider similar action under its own legal authority, including responsibility
determinations in future contracts. In addition, the City will apply legal and contract remedies
under state and local law. This includes, for example, applying liquidated damages, withholding
payments, etc.
11. In its reports of DBE participation to the USDOT, the City will show both commitments and
attainments, as required by the USDOT reporting form.
Attachment 9 contains a weblink to 49 CFR Part 26, which describes federal regulations,
provisions, and contract remedies available to the City in the event of non-compliance by a
participant.
DBE Commercially Useful Function Report
Project:
AIP Number:
Prime Contractor:
DBE Firm:
DBE Start/Complete
CUF Review Date:
GENERAL
Yes
No
N/A
1. Does the DBE have its own employees on the job to perform the work?
2. Does the DBE own the equipment being utilized to perform its work? If No,
attach equipment list, ownership documents, and rental/lease agreements.
3. Is the DBE self-performing the subcontract defined task for a specific item of
work (distinct element) on the contract?
HAULING FIRMS
Yes
No
N/A
1. Does the DBE hauling firm own and/or lease their trucks? (review
ownership/vehicle registration and/or lease documents to verify)
2. Does the DBE employ drivers for trucks owned by the company? (If leased
trucks include operators, this should be indicated in the
agreement/purchase order.)
3. Do the haul tickets and/or bills of lading associated with the project confirm
that hauling is being performed by the DBE?
MATERIAL SUPPLIERS OR MANUFACTURERS/FABRICATORS
Yes
No
N/A
1. Does the DBE’s name appear on all applicable invoices, haul tickets, and/or
bills of lading?
2. Did the DBE provide documentation showing that the funds used to pay a
supplier in fact came from the DBE’s own funds?
3. If the DBE had any materials drop shipped to the project site, was the invoice
addressed to the DBE?
4. Did the DBE deliver materials to the site with their own and/or leased trucks?
SUPERVISION
Yes
No
N/A
1. Is the DBE self-performing work without assistance from the prime or
another subcontractor?
2. Is the DBE providing supervision of its employees and their work?
3. Is the supervisor a full-time employee of the DBE?
Completed by:
Date:
Listing of DBE Subcontractors
(to be submitted with bid)
Project: ____________________________________________________________________________
The Bidder hereby proposes the following DBE participation:
DBE Subcontractor/Supplier Work to be performed
NAICS
Code
Subcontract Amount
Amount
Applicable to
Goal
(suppliers = * .60)
Total DBE Participation
Base Bid Amount
DBE Participation Proposed (%)
DBE Participation Goal (%)
Bidder (Firm Name)
Signature
Date
DBE Monthly Report
Contractor:
Project:
AIP Number:
Date:
DBE Subcontractor/Supplier
Committed
Award
Total Prior
Payments
Current
Payment
Total
Date Paid to
Vendor /
Sub this
Invoice
Percent
Totals
Contractor Name:
Signature:
Title:
Date:
DBE Project Compliance Review Checklist
Project:
AIP Number:
Prime Contractor:
Pre-Bid Checklist
Review project to determine if a DBE contract goal is needed.
Attend pre-bid meeting to inform bidders of DBE requirements.
Pre-Award Project Checklist
Collect the Listing of DBE Subcontractors form.
Collect letters of intent for all committed DBEs.
If prime contractor is unable to meet the DBE goal, collect documentation of its good faith effort.
Post Award (Pre-Construction/Design) Project Checklist
Collect fully executed (signed) subcontracts for all DBE firms.
Review DBE subcontract(s) to ensure scope of work is consistent with what has been committed.
Review contracts to verify that all required contract clauses are included.
Ensure dollar value of DBE subcontract(s) is/are equal to or greater than the amount committed.
During Construction and/or Design Checklist
Complete DBE Commercially Useful Function Report form, to verify that the DBEs are performing a commercially
useful function.
Verify that business names on equipment and vehicles are not covered with paint or magnetic signs (visual inspection
of vehicles on site).
Verify who employs the workers on site (visually inspect badges/IDs; establish reporting relationships of workers on
site/review certified payrolls).
Review supplier invoices and cancelled checks to verify what firm orders and pays for the necessary supplies being
used by the DBE subcontractor.
Ensure all DBE firms are paid promptly (within 10 days of payment to prime contractor per 49 CFR 26.29) by collecting
and reviewing the DBE monthly report form.
Document and file any correspondence related to terminations, substitutions, or deletions of DBE firms.
If terminations, substitutions, or deletions were approved, collect documentation of prime contractor’s good faith
effort to find a replacement firm
Post Construction/Design Checklist
Ensure DBE goal has been achieved by collecting and reviewing the final DBE report.
If a shortfall exists, collect Good Faith Effort documentation from prime contractor explaining reasons shortfall took
place.
Certification:
I, __________________________________________ hereby certify that the contracting records for the federally-funded project
have been reviewed and the work site has been visited/monitored.
Signature: _________________________________________________________
Date: __________________________________________
Attachment 4
Small Business Participation Plan
2
Section 26.39 Fostering Small Business Participation
A. Purpose and Objective of this Element
This element, 49 CFR Part 26.39, is included as an amendment to the DBE program plan
for the City of Douglas (“the City”), on behalf of the Douglas Municipal Airport (“the
Airport”). This element is herein referenced as the Small Business Participation Plan
(SBPP). This new part calls for the inclusion of an element to
“structure contracting requirements to facilitate competition by small business
concerns, taking all reasonable steps to eliminate obstacles to their participation.”
The City hereby sets forth its plan to implement these requirements. The City’s SBPP is
also regarded as a substantial effort toward fulfilling the overall intent of 49 CFR Part
26.51, which is to meet the maximum feasible portion of its overall goal by using race-
neutral means to obtain DBE participation. Therefore, implementation of the City’s
SBPP will be based on the standard of business size, without regard to race or gender of
the business owner.
This element also addresses the unnecessary and unjustified “bundling” of contract
requirements which may preclude or inhibit small business participation in
procurements, as either prime or subcontractors.
Further, the City perceives the objectives of this section to be consistent with its DBE
Program policy statement, which says in part:
“- To ensure nondiscrimination in the award and administration of DOT-assisted
contracts.
- To help remove barriers to the participation of DBEs in DOT assisted contracts...
- To assist the development of firms that can compete successfully in the
marketplace outside the DBE Program.”
The City’s policy statement and this small business element (SBPP) are consistent with
the City’s history of creating and encouraging business opportunities at all levels.
B. SBPP Strategy
The City intends to carry out the objectives of this part by employing the following
strategies and supporting activities:
1. Establishment of a Race-neutral “Subcontracting Goal”
The City proposes, where feasible, on certain prime contracts that do not have a DBE
contract goal, that prime contractors will be required to provide subcontracting
opportunities to qualified small business concerns (SBCs), as defined herein, without
regards to race or gender of the business owner. Verified business size and
3
subcontracting opportunities will be the basis of this subcontracting goal. The
opportunities must be of a size that SBCs, including some which may also happen to
be DBEs, can reasonably perform. The Airport, through the Community
Development Director’s office and/or consultants, will assess the feasibility for race-
neutral subcontracting goals on projects. The Community Development Director’s
office will assist the potential primes by reviewing the project(s), in advance of the
solicitation, and by suggesting potential subcontracting opportunities in the
solicitation documents. This will help to establish a reasonable race-neutral
subcontracting goal.
2. Consideration of “Unbundlingof Large Contracts
The City has given consideration to “unbundling” as a small business strategy.
However, because the Airport is a general aviation facility, the City believes that, at
this time, such a strategy will not be suitable for the airport. Because of the limited
number and size of contracts each year, the increased total number of bid
solicitations with “unbundling” could significantly increase both administrative and
project costs per bid. This will reduce the necessary “economy of scale” for small
general aviation airports.
C. Definitions for this Element
1. Small Business
For purposes of this program element, which is part of the City’s approved DBE
program, “small business” shall have the same definition as “small business
concerns” contained in 49 CFR 26.5:
Small business concern means, with respect to firms seeking to participate as
DBEs in DOT-assisted contracts, a small business concern as defined pursuant to
section 3 of the Small Business Act and Small Business Administration regulations
implementing it (13 CFR part 121) that also does not exceed the cap on average
annual gross receipts specified in §26.65(b). “
For additional clarification, it is useful to include here some excerpts from the SBA
regulations, 13 CFR, 121.105:
(a)(1) Except for small agricultural cooperatives, a business concern eligible for
assistance from SBA as a small business is a business entity organized for profit,
with a place of business located in the United States, and which operates primarily
within the United States or which makes a significant contribution to the U.S.
economy through payment of taxes or use of American products, materials or
labor....” and,
(b) A business concern may be in the legal form of an individual proprietorship,
partnership, limited liability company, corporation, joint venture, association, trust
4
or cooperative, except that where the form is a joint venture there can be no more
than 49 percent participation by foreign business entities in the joint venture.
Further, it is acknowledged that the SBA rules make allowances for the dollar
amounts to be adjusted from time to time.
2. Disadvantaged Business Enterprise
Disadvantaged Business Enterprise (DBE) means a for-profit small business concern
(defined by SBA rules, above) that meets the standards of 49 CFR Part 26, i.e.
At least 51 percent owned by one or more individuals who are both socially and
economically disadvantaged or, in the case of a corporation, in which 51 percent
of the stock is owned by one or more such individuals;
Whose socially and economically disadvantaged owners do not exceed the
personal net worth (PNW) does not exceed the described in 49 CFR Part 26. (The
current PNW cap is $1.32 million.)
Whose management and daily business operations are controlled by one or
more of the socially and economically disadvantaged individuals who own it;
Has been certified as a DBE by a certifying member of the Georgia Unified
Certification Program (GA UCP) in accordance with the full requirements of 49
CFR 26.
It is understood that in the implementation of this element, all of the “small business
concerns” may not necessarily be DBE firms. However, small businesses that are
also owned and controlled by individuals who meet the DBE standard will certainly
be encouraged to seek DBE certification. Only DBE certified firms who participate as
small business concerns, pursuant to this element, will be counted towards DBE
race-neutral participation on FAA-assisted contracts in this program.
D. Verification Standards and Procedures
For purposes of this small business element, the City will require the following
verification and/or certification:
1. Georgia Unified Certification Program (GA UCP) DBE CertificationDBE
certification by a certifying member of the GA UCP which stipulates that a firm has
been determined to meet all the requirements in accordance with 49 CFR Part 26.
All certification determinations are evidenced by a letter of DBE certification issued
by a certifying member of the GA UCP. It should be noted that the Airport is a non-
certifying member of the GA UCP and relies on certification decisions of the Georgia
Department of Transportation (GDOT). The GDOT certification staff applies the
5
standards and procedures for DBE certification applicants contained in Subparts D
and E of 49 CFR 26.61 26.91.
2. Small business status - A non-DBE certified potential small business concern may
have to complete a simplified application and/or provide the following information
at time of response to a solicitation or a bid submittal, as evidence of the small
business status:
a. Evidence of SBA 8(a) or SBD Certification (as described in 13 CFR Parts 121 and
124);
b. A copy of the business tax returns for the most recent three-year period
indicating the gross receipts; and/or
c. A notarized statement from a Certified Public Accountant indicating the firm’s
average gross receipts for the past three years.
3. Use of Personal Net Worth: The City, in addition to the standards for small
business concerns described above, plans to utilize the current personal net worth
standards of the DBE program (26.67), presently at $1.32 million.
E. Supportive Services
The City is a non-certifying member of the Georgia UCP. The City does not conduct DBE
certifications, but relies on certifications of GDOT. While the City also does not provide
direct supportive services or business development programs to DBEs or small
businesses, the City is aware of several valuable resources in the surrounding area. The
City will coordinate and make referrals to potential and qualifying small business
concerns to these services. Some of the resources are listed below:
Douglas Coffee County Chamber & Economic Development Authority
211 S. Gaskin Avenue
Douglas, GA 31534
Phone: 912-384-1873
http://www.douglasga.org
Small Business Development Center
Harley Langdale, Jr. College of Business Administration
Valdosta State University
1500 North Patterson Street
Valdosta, GA 31698-0077
Phone: 229-245-3738
https://www.valdosta.edu/colleges/business/small-business-development-center/
6
Southern Georgia Regional Commission
327 West Savannah Avenue
Valdosta GA 31601
Phone: 229-333-5277
https://sgrc.us/rd-rlf.html
Note: The Southern Georgia Regional Commission offers loan programs for small
businesses in an 18-county area in southern Georgia, including Coffee County.
F. Implementation Plan and Timetable
The City proposes to have its SBPP fully implemented within 120 days of the FAA final
approval of the plan. The City will utilize the timeframe to properly set up the program
in order to maximize the potential for ultimate success. These set-up activities will
include:
1. Review, in coordination with the Community Development Director’s office, all
upcoming projects to determine which, if any, will be conducive for application of
the selected SBPP strategy described in Section B, above.
2. Review, in coordination with the Community Development Director’s office and with
legal input, the necessary revisions and modifications to bid solicitation language,
etc., prior to implementation.
3. Coordinate properly with the Georgia UCP to initiate discussions as to whether any
changes/modifications are implicated in the UCP stakeholder agreement, due to
verification of small business concerns.
4. Coordinate with other entities currently providing relevant supportive services
and/or business development for referrals to their programs, appropriate for the
small business concerns that may contact the City to increase their competitive
opportunities at the Airport.
5. The City, during the pre-implementation period, may also seek consultation with the
representative small business community.
G. Assurances
To help ensure the successful implementation of the Small Business Participation Plan
(SBPP), the City, by way of review, accepts the following Assurances:
1.
A detailed description of the small business program, its objectives, and how it is
designed to operate.
a. The details of the proposed program are described in sections A through G, of
this part.
7
2.
Assurance that the program is authorized under state law.
a. The City’s SBPP will adhere to all applicable local and state laws and regulations.
3.
Assurance that certified DBEs that meet the size criteria established under the
program are
presumptively eligible to participate in the program;
a. As stated in D. 4, of this section, certified DBE firms that meet the size criteria
established under the program are presumptively eligible to participate in the
small business program.
4.
Assurance that there are no geographic preferences or limitations imposed on any
federally assisted procurement included in the program.
a. The City will assure that there will be no geographic preferences or limitations
imposed on any federally assisted procurement included in the City’s DBE
program.
5.
Assurance that there are no limits on the number of contracts awarded to firms
participating in the program but that every effort will be made to avoid creating
barriers to the use of new, emerging, or untried businesses.
a. The City will assure that it will not limit the number of contracts awarded to firms
that are participating in the small business program. The City further assures
that it will make a concerted effort to avoid creating barriers to the use of new,
emerging, or untried businesses.
6.
Assurance that aggressive steps will be taken to encourage those minority- and
women-owned firms that are eligible for DBE certification to become certified.
a. The City recognizes that, while some firms encountering the City’s SBPP program
may be small-business eligible, they may not be certified as DBE firms. If, in the
verification process, such firms appear to be DBE-eligible as well, they will be
referred to the state UCP and encouraged to become DBE-certified. The Airport
will also make them aware of additional potential business opportunities if they
become certified as DBEs.
7.
Assurance that the program is open to small businesses regardless of their location
(i.e., that there is no local or other geographic preference).
a. The assurance stated in item 4, above, is also applicable to specifically to the
airport’s SBPP program as well.
8
H. Principal Responsible Person
The principal responsible person for overseeing and implementing the City’s SBPP will
be the currently designated Disadvantaged Business Enterprise Liaison Officer (DBELO).
The DBELO for the Airport is Ms. Georgia Henderson, Community Development
Director, City of Douglas.
Attachment 5
Overall Goal Calculation
Federal Fiscal Years (FFY) 2021 2023
D
ISADVANTAGED BUSINESS ENTERPRISE PROGRAM METHODOLOGY
FOR
DOUGLAS MUNICIPAL GENE CHAMBERS AIRPORT
DOUGLAS, GEORGIA
DECEMBER 2020
2
Federal Fiscal Years (FFY) 2021-2023 Overall Disadvantaged Business Enterprise (DBE) Goal
Methodology
Airport Sponsor: City of Douglas
Airport: Douglas Municipal Gene Chambers Airport
DBELO: Ms. Georgia Henderson, Community Development Director
City of Douglas
211 S. Gaskin Avenue
Douglas, GA 31533
912-383-0277
ghenderson@cityofdouglas.com
I. Detailed Methodology: Specific Steps
A. Amount of Goal
The City of Douglas’s FFY 2021-2023 overall goal for the federal financial assistance it will
expend in USDOT-assisted contracts is the following:
Overall Goal:
6.64%
FY 2021 Goal
n/a
Race-Neutral:
0.00%
FY 2022 Goal
5.38%
Race-Conscious:
6.64%
FY 2023 Goal
7.34%
The City expects to let approximately $3,234,600 in USDOT-assisted contracts for FFY
2021-2023. The City has set a goal of expending approximately $214,822 with DBE firms
during this three-year period.
B. Determination of the Market Area of the study
The normal market area is derived by determining where the substantial majority of
contracting dollars for AIP-funded projects were spent, and from where the majority of
bidders over a given period of time have come. The market area is shown below in
Table 1.
Table 1: Counties in the Local Market Area for
Douglas Municipal Gene Chambers Airport
COUNTY
Bidders
% of
bidders
Dollars
% of
dollars
Coffee
3
60.0%
$840,115
83.3%
Muscogee 1 20.0% $168,003 16.7%
SUBTOTAL
4
80.0%
$1,008,118
100.0%
Others 1 20.0% $0 0.0%
TOTAL
5
100.0%
$1,008,118
100.0%
Source: Michael Baker International
3
C. Determination of relevant NAICS codes
Based on information provided by the consulting engineer concerning the proposed
projects for this fiscal period, a list of NAICS codes corresponding to these projects was
developed and is shown below:
Table 2: Douglas Municipal Gene Chambers AirportFFY 2021-2023 Projects & Activities
FFY 2021 Projects
PROJECT
ACTIVITY
NAICS CODE
No projects exceeding $250,000 in AIP grant funds
FFY 2022 Projects
PROJECT
ACTIVITY
NAICS CODE
Update DBE Plan FY 21-23
Engineering
541330
Airfield Electrical Update to LED -
(Construction)
Electrical
238210
Engineering; construction
administration
541330
Quality Assurance Testing
541380
Corporate Area Access Road and Sitework
including Utilities Phase 1 (Design)
Engineering 541330
T-Hangar Taxiway Improvements - Phase 1
(South) (Design)
Engineering 541330
FFY 2023 Projects
PROJECT
ACTIVITY
NAICS CODE
Corporate Area Access Road and Sitework
including Utilities - Phase 1 (Construction)
Heavy construction
237310
Electrical
238210
Clearing, grubbing
238910
Engineering; construction
administration
541330
Quality Assurance Testing
541380
Erosion control
561730
North Corporate Hangar Area Taxiway -
Phase 1 (Construction)
Heavy construction
237310
Electrical
238210
Clearing, grubbing
238910
Engineering; construction
administration
541330
Quality Assurance Testing
541380
Erosion control
561730
T-Hangar Taxiway Improvements - Phase 1
(South) (Construction)
Heavy construction
237310
Electrical
238210
Clearing, grubbing
238910
Engineering; construction
administration
541330
Quality Assurance Testing
541380
Erosion control
561730
Rehabilitate / Overlay Terminal Apron &
Taxiway D (Design)
Engineering 541330
SOURCE: Michael Baker International
4
D. Determination of Relative Availability of DBEs in Market Area, Compared to all
Firms
Table 3a: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2022
UPDATE DBE PLAN FY 21-23
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Engineering 541330 17 / 253 = 6.72% x $8,100 = $544
$8,100 # $544
6.72%
TOTAL =
STEP 1 DBE Base Figure =
Table 3b: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2022
AIRFIELD ELECTRICAL UPDATE TO LED - (CONSTRUCTION)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Electrical 238210 0 / 30 = 0.00% x $765,000 = $0
Engineeering,
construction
administration
541330 17 / 253 = 6.72% x $121,500 = $8,165
Quality assurance
testing
541380 1 / 34 = 2.94% x $13,500 = $397
$900,000 $0 $8,562
0.95%
TOTAL =
STEP 1 DBE Base Figure =
Table 3c: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2022
CORPORATE AREA ACCESS ROAD AND SITEWORK INCLUDING UTILITIES - PHASE 1 (DESIGN)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Engineering/design
541330
17 / 253 = 6.72% x $135,000 = $9,072
$135,000 # $9,072
6.72%
TOTAL =
STEP 1 DBE Base Figure =
5
Table 3d: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2022
T-HANGAR AREA SITEWORK IMPROVEMENTS - PHASE 1 (SOUTH) (DESIGN)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Engineering/design
541330 17 / 253 = 6.72% x $108,000 = $7,258
$108,000 # $7,258
6.72%
TOTAL =
STEP 1 DBE Base Figure =
Table 3e: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2023
CORPORATE AREA ACCESS ROAD AND SITEWORK INCLUDING UTILITIES - PHASE 1 (CONSTRUCTION)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Heavy construction 237310 1 /
10 =
10.00% x $450,000 = $45,000
Electrical 238210 0 / 30
= 0.00% x $36,000 =
$0
Clearing; grading
238910
0 /
15 = 0.00% x $216,000 = $0
Engineering/design 541330 17 / 253
= 6.72% x $121,500 = $8,165
Geotechnical
541380 1 / 34 =
2.94% x $13,500 = $397
Erosion control;
seeding
561730 2 / 55 =
3.64% x $63,000 = $2,293
$900,000 # $55,855
6.21%
TOTAL =
STEP 1 DBE Base Figure =
Table 3f: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2023
NORTH CORPORATE HANGAR AREA TAXIWAY - PHASE 1 (CONSTRUCTION)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Heavy construction 237310
1 / 10 = 10.00% x $207,000 = $20,700
Electrical 238210 0 / 30 = 0.00% x $18,000 = $0
Clearing; grading 238910
0 / 15 = 0.00% x $9,000 = $0
Engineering/design 541330 17 / 253 = 6.72% x $44,100 = $2,964
Geotechnical 541380 1 / 34 = 2.94% x $5,400 = $159
Erosion control;
seeding
561730 2 / 55 = 3.64% x $40,500 = $1,474
$324,000 $25,296
7.81%
TOTAL =
STEP 1 DBE Base Figure =
6
Table 3g: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2023
T-HANGAR AREA SITEWORK IMPROVEMENTS - PHASE 1 (SOUTH) (CONSTRUCTION)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Heavy construction
237310 1 / 10 = 10.00% x $266,400 = $26,640
Electrical
238210 0 / 30 = 0.00% x $93,600 = $0
Clearing; grading
238910 0 / 15 = 0.00% x $273,600 = $0
Engineering/design 541330 17 / 253 = 6.72% x $7,200 = $484
Geotechnical 541380 1 / 34 = 2.94% x $43,200 = $1,270
Erosion control;
seeding
561730 2 / 55 = 3.64% x $36,000 = $1,310
$720,000 $29,704
4.13%
TOTAL =
STEP 1 DBE Base Figure =
Table 3h: DBEsDouglas Municipal Gene Chambers Airport,
by Relevant NAICS CodesFFY 2023
REHABILITATE / OVERLAY TERMINAL APRON & TAXIWAY D (DESIGN)
Activity
NAICS
CODES
DBE
Firms
/
All
Firms
=
Percentage of
DBE Firms
Available
x
Grant
Amount
Breakdown
=
DBE
Amount
Engineering/design 541330 17 / 253 = 6.72% x $139,500 = $9,374
$139,500 $9,374
6.72%
TOTAL =
STEP 1 DBE Base Figure =
SOURCES:
1. 2018 County Business Patterns, US Census Bureau, June 25, 2020.
2. Georgia DOT UCP Directory, December 2020.
NOTE: The County Business Patterns data were used as the source to determine the denominator, or the
number of all firms in the market area. The DBE directories listed above were used to determine the
numerator, or the number of DBE firms in the market area.
E.
Determination of the DBE Base Figure
The Step 1 DBE Base Figure for each project was derived by multiplying the grant
amount for each activity by the percentage of relevant DBE firms to all relevant firms.
The total DBE goal in dollars was divided by the total grant amount to derive the step 1
goals.
7
FFY 2021
n/a
FFY 2022
Update DBE Plan FY 21-23
6.72%
Airfield Electrical Update to LED - (Construction)
0.95%
Corporate Area Access Road - Phase 1 (Design)
6.72%
T-Hangar Taxiway Improvements - Phase 1 (South) (Design)
6.72%
FFY 2023
Construct Corporate Area Access Road - Phase 1 (Construction)
6.21%
North Corporate Hangar Area Taxiway - Phase 1 (Construction)
7.81%
T-Hangar Taxiway Improvements - Phase 1 (South) (Construction)
4.13%
Rehabilitate / Overlay Terminal Apron & Taxiway D (Design)
6.72%
II. Adjustments to the DBE Base Figure
After the DBE Base Figure has been developed, the regulations (49 CFR Part 26) require that:
“…additional evidence in the sponsor’s jurisdiction be considered to determine what
adjustment, if any, is needed to the base figure in order to arrive at your overall goal”
(26:45(d)).
A. Adjustment Factors to Consider
The regulations further state that there are several types of evidence that must be
considered when adjusting the base figure. These include:
“(i) The current capacity of DBEs to perform work in your USDOT-assisted contracting
program, as measured by the volume of work DBEs have performed in recent years.
“(ii) Evidence from disparity studies conducted anywhere within your jurisdiction, to the
extent it is not already accounted for in your base figure…
Table 4: Douglas Municipal Gene Chambers Airport DBE Accomplishments
REPORT
PERIOD
APPROVED
GOAL
TOTAL DBE
PERCENT
ACHIEVED
ACHIEVED
OVER/UNDER
FY 2017 9.20% 8.27% -0.93%
FY 2018 8.93% 9.84% 0.91%
MEDIAN = 9.06% -0.01%
8
49 CFR Part 26.45(d)(2) also states that the following must be considered for the
purposes of considering an adjustment to the base figure:
“(i) Statistical disparities in the ability of DBEs to get the financing, bonding and
insurance required to participate in your program;
(ii) Data on employment, self-employment, education, training, and union
apprenticeship programs, to the extent you can relate it to the opportunities for DBEs
to perform in your program.”
There are no local disparity studies or similar documents that can be utilized to adjust
the Step 1 DBE base figure. Several agencies were contacted, including the Georgia
Department of Economic Development (GDEcD), the Georgia DOT Equal Opportunity
Division, and the Valdosta State University’s Small Business Development Center office
in Valdosta GA. None of the entities had any disparity studies or data available for the
Douglas area, and none had any data available noting disparities regarding DBEs’ access
to bonding, capital, insurance, etc.
There are a number of programs available to DBEs. GDEcD
(http://www.georgia.org/small-business/
) has resources available for DBEs, including
certification information, legislation involving small businesses, and contact information
for small and minority business coordinators throughout the state of Georgia.
The Valdosta State University’s Small Business Development Center office in Valdosta GA
has consultants available to assist DBE firms in writing business plans; conforming to
federal government regulations; bidding on federal, state and local contracts; find
capital, etc. The agency does not conduct disparity studies, but it does provide
resources to assist DBEs in obtaining a greater opportunity to participate in federal
contracts.
B. Adjustment to Step 1 DBE Base Figure: Douglas Municipal Gene Chambers Airport,
FFY 2021-2023
With the adjustment factors considered to this point, the City will adjust the Step 1 base
figures for construction projects only. The overall DBE goal calculation is shown below
in Table 5.
9
Table 5: Overall DBE Goal Calculation
Fiscal Year Project
Step 1
Base
Figure
Step 2
adjustment
Overall
Goal
Federal
portion
project costs
DBE Goal
(dollars)
FFY 2021
n/a
Update DBE Plan FY 21-23
6.72% n/a 6.72% $8,100 $544
Airfield Electrical Update to LED
- (Construction)
0.95% 9.06% 5.01% $900,000 $45,045
Corporate Area Access Road -
Phase 1 (Design)
6.72% n/a 6.72% $135,000 $9,072
T-Hangar Taxiway
Improvements - Phase 1 (South)
(Design)
6.72% n/a 6.72% $108,000 $7,258
5.38% $1,151,100 $61,919
Construct Corporate Area
Access Road - Phase 1
(Construction)
6.21% 9.06% 7.64% $900,000 $68,715
North Corporate Hangar Area
Taxiway - Phase 1
(Construction)
7.81% 9.06% 8.44% $324,000 $27,329
T-Hangar Taxiway
Improvements - Phase 1 (South)
(Construction)
4.13% 9.06%
6.60% $720,000 $47,484
Rehabilitate / Overlay Terminal
Apron & Taxiway D (Design)
6.72% n/a 6.72% $139,500 $9,374
7.34% $2,083,500 $152,903
6.64% $3,234,600 $214,822
FFY 2021 - 2023 Overall DBE Goal
n/a
FFY 2021 Total
FFY 2022
FFY 2022 Total
FFY 2023
FFY 2023 Total
10
Resources: Douglas Municipal Gene Chambers Airport - Disadvantaged Business
Enterprise Program Methodology (FFY 20212023)
A. Resource Documents:
1. 2018 County Business Patterns, U.S. Census Bureau, June 25, 2020.
2. Georgia UCP Directory, December 2020.
B. Persons, and/or Agencies Consulted with:
1. Georgia Department of Economic Development (GDEcD)
2. Georgia DOT Equal Opportunity Division
3. Valdosta State University Small Business Development Center Valdosta GA
APPENDIX A:
PUBLIC COMMENTS
There were no public comments received for the DBE program plan. The notice to the public
was posted to https://www.cityofdouglas.com/95/Airport
.
A public consultation meeting was held via a web conference on January 12, 2021 at 2:30 p.m.
Invitations were sent to prime contractors, subcontractors, DBE firms and minority/women-
owned business firms, and to contractor organizations (Georgia Hispanic Construction
Association, Georgia Black Constructors Association). There were 22 invitations sent, and there
were five participants. Questions and comments, and their responses, are listed below.
Q: Out of $3.2 million, the goal is only $214,822?
A: Yes. The goal is 6.64%, based on the relative availability of DBE firms in the
market area. The actual accomplishments may depend on the bids that come in.
The market area may change as well depending on the bids that come in for
these projects.
Comment: The Airport did exceed the DBE goal in the last year it received an AIP
grant.
Response: That is great. The DBE program is a good faith efforts program, so there are
times when a recipient may not meet a goal, but there are times when the goal is
exceeded, or the prime contractor who wins the contract happens to be a DBE.
APPENDIX B:
NOTICE TO THE PUBLIC
http://www.cityofdouglas.com/95/Airport
Attachment 6
Breakout of Estimated Race-Neutral
& Race-Conscious Participation
I. Breakout of Estimated Race-Conscious/Race-Neutral Participation
The City will meet the maximum feasible portion of its overall goal by using race-neutral
means of facilitating DBE participation. The City will use a combination of the following
race-neutral means to increase DBE participation:
Arranging solicitations, times for the presentation of bids, quantities, specifications, and
delivery schedules in ways that facilitate DBE, and other small businesses participation
(e.g., unbundling large contracts to make them more accessible to small businesses,
encouraging prime contractors to subcontract portions of work that they might
otherwise perform with their own forces);
Disseminating information 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).
The City estimates that, in meeting its overall goal of 6.64%, that it will obtain the goal
through race-conscious measures (i.e. contract goals). The Airport’s median DBE
accomplishment was negative (see
Attachment 5, Table 4), the Airport did not meet its DBE
goal. Therefore, the goal is projected to be met via race-conscious measures (i.e. contract
goals) for this fiscal three-year period.
The City will adjust the estimated breakout of race-neutral and race-conscious participation
as needed to reflect actual DBE participation (26.51(f)) and it will track and report race-
neutral and race-conscious participation separately. For reporting purposes, race-neutral
DBE participation includes, but is not necessarily limited to, the following:
DBE participation through a prime contract a DBE obtains through customary
competitive procurement procedures;
DBE participation through a subcontract on a prime contract that does not carry a DBE
goal; and
DBE participation on a prime contract exceeding a contract goal.
II. Process
The City will normally submit its overall goal to the FAA by August 1 of the required year of
submission for general aviation airports in the FAA’s Southern Region.
In establishing the overall goal, the City provided for consultation and publication. The
consultation included minority-, women’s and general contractor groups, and small
business organizations that 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 City’s efforts to establish a level playing
2
field for the participation of DBEs. The consultation included a scheduled, direct, interactive
exchange via a web conference with as many interested stakeholders as possible focused
on obtaining information relevant to the City’s goal setting process. The consultation web
conference was held on January 11, 2021, prior to the submission of the DBE goal
methodology to the FAA for review, pursuant to paragraph (f) of this section. The City
documented in the goal submission the consultation process that was utilized (see
Appendix A of Attachment 5
).
Following this consultation, the City published a notice of the proposed overall goal, that
informed the public that the proposed goal and its rationale were available for inspection
during normal business hours at the office of the Community Development Director for 30
days from the date of the notice. The notice was posted at
http://www.cityofdouglas.com/95/Airport
.
The City will begin using the overall goal on October 1 of the required year of submission,
unless the City has received other instructions from USDOT/FAA (or, if the goal is
established on a project basis) by the time of the first solicitation for a USDOT/FAA-assisted
contract for the projects.
III. Contract Goals
The City will use contract goals to meet any portion of the overall goal that the City does not
project being able to meet using race-neutral means. Contract goals are established so
that, over the period to which the overall goal applies, they will cumulatively result in
meeting any portion of its overall goal that is not projected to be met through the use of
race-neutral means.
The City will establish contract goals only on those USDOT-assisted contracts that have
subcontracting possibilities. The City does not need to establish a contract goal 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).
The City will express its contract goals as a percentage of the total amount of a USDOT-
assisted contract.
Attachment 7
Form 1 & 2 for Demonstration of
Good Faith Efforts
CITY OF DOUGLAS
FORM 1: DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the
following manner (please check the appropriate space):
_____ The bidder/offeror is committed to a minimum of ____ % DBE utilization on this
contract.
_____ The bidder/offeror (if unable to meet the DBE goal of ____%) is committed to a
minimum of ____% DBE utilization on this contract and has submitted documentation
demonstrating good faith efforts.
Name of bidder/offeror’s firm: ______________________________________
State Registration No. ____________________
By ___________________________________ ______________________
(Signature) Title
CITY OF DOUGLAS
FORM 2: LETTER OF INTENT
Name of bidder/offeror’s firm: _______________________________
Address: ________________________________________________
City: _____________________________ State: _______ Zip: ______
Name of DBE firm: ________________________________________
Address: _________________________________________________
City: ________________________________State: _______ Zip: _____
Telephone: ___________________
Description of work to be performed by DBE firm:
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
The bidder/offeror is committed to utilizing the above-named DBE firm for the work
described above. The estimated dollar value of this work is $ ___________.
Affirmation
The above-named DBE firm affirms that it will perform the portion of the contract for the
estimated dollar value as stated above.
By __________________________________________________________
(Signature) (Title)
If the bidder/offeror does not receive award of the prime contract, any and all
representations in this Letter of Intent and Affirmation shall be null and void.
(Submit this page for each DBE subcontractor.)
Attachment 8
Certification Application Forms
The DBE certification application for the
State of Georgia may be found at
http://www.dot.ga.gov/PS/Business/DBE.
Attachment 9
Regulations: 49 CFR Part 26
The federal regulations,
Title 49
Code of Federal
Regulations
Part 26, may be found at
www.ecfr.gov.
Attachment 10
Bidders List Data Form
BIDDERS LIST DATA FORM
Firm Name
Firm Address
and Phone No.
DBE or
Non-DBE
Status
(verify via
GDOT DBE
Directory)
Age of Firm
Annual Gross
Receipts
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M
DBE
Non-DBE
Less than 1 year
1- 3 years
4-7 years
8-10 years
More than 10 years
Less than $500K
$500K - $1M
$1-2M
$2-5M
Greater than $5M