HomeMy WebLinkAbout1999-220DISADVANTAGED BUSINESS ENTERPRISE PLAN
INDIAN RIVER COUNTY, FLORIDA
FY 1999/2000 s FY 2001/2002
•
i
DISADVANTAGED BUSINESS ENTERPRISE PLAN
INDIAN RIVER COUNTY, FLORIDA
FY 1999/2000 s FY 2001/2002
40
0
TABLE OF CONTENTS
DBE Plan
Objectives/Policy Statement.............................................................................................................1
Nondiscrimination
DBE Program Updates
...............................................................................
.........................................................................................2Quotas.2
...........................................................................
.............
E Liaison Officer...................................................................................................................
Federal Financial Assistance Agreement Assurance.........................................................................3
DBEFinancial Institutions.................................................................................................................3
Directory......................................................................................
Overconcentration.................................................... 4
.........................................
RequiredContract Clauses................................................................................................................4
Monitoring & Enforcement Mechanisms..........................................................................................5
OverallGoals.....................................................................................................................................5
ContractGoals...................................................................................................................................6
GoodFaith Efforts..............................................................................................................................7
CountingDBE Participation.............................................................................................................8
Certification........................................................................................................................................8
Information Collection & Reporting................................................................................................ I t
Attachments
A - Minority Business Enterprise Directory ...................................................................................13
B- DBE Monitoring Form................................................................................................................20
C- DBE Certification Form............................................................................................................24
D - DBE Recertification Form........................................................................................................25
E- No Change Affidavit.................................................................................................................26
F- DBE Organizational Chart ........................................................................................................27
40
6
•
INDIAN RIVER COUNTY FY 1999/00-2001/02 DBE PLAN
Objectives /Policy Statement (Part 26.1, 26.23)
Indian River County ("County") has established a Disadvantaged Business Enterprise (DBE)
program in accordance with regulations of the U.S. Department of Transportation (DOT), 49 CFR
Part 26. The County receives federal mass transit funds under 49 USC, Ch. 5307 from the
Department of Transportation, and as a condition of receiving this assistance, the County has signed
an assurance that it will comply with 49 CFR Part 26.
It is the policy of the County to ensure that DBEs, as defined in Part 26, have an equal opportunity
to receive and participate in DOT -assisted contracts. It is also the County's policy:
• To ensure nondiscrimination in the award and administration of DOT assisted contracts;
• To create a level playing field on which DBEs can compete fairly for DOT assisted contracts;
• To ensure that the DBE Program is narrowly tailored in accordance with applicable law;
• To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted
to participate as DBEs;
• To help remove barriers to the participation of DBEs in DOT assisted contracts; and
• To assist the development of firms that can compete successfully in the market place outside
the DBE Program.
County Attorney Charles Vitunac has been delegated as the DBE Liaison Officer. In that capacity,
Mr. Vitunac is responsible for ensuring implementation of the DBE program in accordance with all
legal requirements. Project -specific implementation of the DBE program rests with the project
supervisor/manager. Implementation of the DBE program is accorded the same priority as
compliance with all other legal obligations incurred by the County in its financial assistance
agreements with the Department of Transportation.
The County has disseminated this policy statement to the Indian River County Board of County
Commissioners and to all of its appropriate departments. In addition, the Indian River County
Council on Aging, Inc., the County's transit provider and designated recipient for FTA Section 5307
funds, has also received and adopted this policy statement and overall DBE Plan. The County has
distributed this statement to DBE and non -DBE business communities that perform County work
on DOT -assisted con rraMe „r;1; ; , ;+� s..+ o f�.___..__ DBE
..b ......�. ..:,����� ,pion contractors (attached) and by reference
in contracts as appropriate.
James handler - Indian River County Administrator Dat
40
Nondiscrimination. (Part 26.7)
The County 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 County 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.
DBE Program Updates (Part 26.21)
The County will continue to carry out this program until all funds from DOT financial assistance
have been expended. The County will provide to DOT updates representing significant changes in
the program.
Quotas (Part 26.43)
The County does not use quotas in any way in the administration of this DBE program
DBE Liaison Officer (DBELO) (Part 26.45)
The County has designated the following individual as its DBE Liaison Officer:
Charles Vitunac - County Attorney
Indian River County
1840 251i Street
Vero Beach, Florida 32960
(561)567-8000
In that capacity, Mr. Vitunac is responsible for implementing the DBE program and ensuring that
the County complies with all provisions of 49 CFR Part 26. Mr. Vitunac has direct, independent
access to the County Administrator concerning DBE program matters. The County Attorney's
Office has three full-time attomevs and several -mir por± staff to ^. c .it�-'"-
_ ....�.�.,uu,uy s DABE program
on a part-time basis. In addition, project -specific DBE program implementation rests with the
project manager. Implementation of transit -related projects or activities is usually the responsibility
of the County's transit provider and designated FTA grant recipient, the Indian River County
Council On Aging, Inc. (COA). Ms. Arlene Fletcher is the COA's executive director. The Indian
River County Community Development Department periodically undertakes transit -related activities
which may involve the DBE program. Mr. Robert M. Keating, A1CP is the County's Community
Development Director. An organizational chart is attached.
The DBELO (Mr. Vitunac) is responsible for developing, implementing and monitoring the overall
DBE program, in coordination with other appropriate officials. Duties and responsibilities may
include the following:
71
i
1 • Reviews third party contracts and purchase requisitions for compliance with this program.
2• Works with all departments to set overall annual goals.
3. Advises the Board of County Commissioners on DBE matters and achievement.
4• Participates with the project director to determine contractor compliance with good faith
efforts.
5. Certifies DBEs according to the criteria set by DOT and acts as liaison to the Uniform
Certification Process in Florida.
6• Maintains the County's updated directory on certified DBEs
Duties and responsibilities of Ms. Fletcher, Mr. Keating, or other DBE project managers may
include:
1 • Gathers and reports statistical data and other information as required by DOT.
2• Ensures that bid notices and requests for proposals are available to DBEs in a timely manner.
3• Identifies contracts and procurements so that DBE goals are included in solicitations (both
race -neutral methods and contract specific goals) and monitors results.
4. Analyzes the County's progress toward goal attainment and identifies ways to improve
progress.
5• Participates in pre-bid meetings.
6• Provides DBEs with information and assistance in preparing bids and obtaining bonding and
insurance.
7. Provides outreach to DBEs and community organizations to advise them of opportunities.
Federal Financial Assistance Agreement Assurance (Part 26.13)
The County has signed the following assurance, applicable to all DOT -assisted contracts and their
administration:
Indian River County shall not discriminate on the basis of race, color, national origin, or sex
in the award and performance of any DOT assisted contract or in the administration of its
DBE Program or the requirements of 49 CFR Part 26. The recipient shall take all necessary
and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and
administration of DOT assisted contracts. The recipient's DBE Program, as required by 49
CFR Part 26 and as approved by DOT, is incorporated by reference in this aereem~
Implementation of this program is a IPual obligati _ni _ .rid faiiure to carry out ts — ---••
bu ireated as a violation of this agreement. Upon�notifi ation to Indian River►Cour County shall i
failure to carry out its approved program, the Department may impose sanctions as provided
for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18
U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
This assurance will also appear in all financial assistance agreements with the COA.
DBE Financial Institutions
It is the policy of the County to investigate the full extent of services offered by financial institutions
owned and controlled by socially and economically disadvantaged individuals in the community,
to make reasonable efforts to use these institutions, and to encourage prime contractors on DOT-
-3-
40
•
assisted contracts to make use of these institutions. The County has made efforts to identify and
utilize such institutions through updating and utilizing its Minority Business Enterprise (MBE)
Directory. The County's updated MBE Directory is attached to this plan (Attachment A) and can
be obtained as indicated below.
Directory (Part 26.25)
The County maintains a directory identifying all DBE -eligible firms within a 100 -mile radius of
Indian River County. The directory, which is attached to this plan (Attachment A), lists the firm's
name, address, telephone number, date of most recent certification, and the type of work the firm has
been certified to perform as a DBE. The directory is revised annually and is available at:
Indian River County Administration Building
1840 25th Street
Vero Beach, FL 32960
Overconcentration (Part 26.33)
Indian River County Council on Aging, Inc.
694 141h Street
Vero Beach, FL 32960
The County has not previously identified overconcentration as a factor or concern in the
implementation of its DBE program.
Required Contract Clauses (Parts 26.13, 26.29)
Contract Assurance
The County will ensure that the following clause is placed in every DOT -assisted contract and
subcontract:
The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the recipient
deems appropriate.
The County will include the following clause in each DOT -assisted prime contract:
The prime contractor agrees to pay each subcontractor under this prime contract for
satisfactory performance of its contract no later than fourteen (14) days from the receipt of
each payment the prime contractor receives from the County. The prime contractor agrees
further to return retainage payments to each subcontractor within thirty (30) days atter the
subcontractor' s work is satisfactorily completed. Any delay or postponement of payment
from the above referenced timeframe may occur only for good cause following written
approval of the County. This clause applies to both DBE and non -DBE subcontractors.
-4-
E. I
•
Noncompliance with these procedures may result in contract termination by the County and
legal action against the contractor, if warranted.
Monitoring and Enforcement Mechanisms (Part 26.37)
The County will bring to the attention of the DOT any false, fraudulent, or dishonest conduct in
connection with the program so that DOT can take the steps (e.g., referral to the Department of
Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and
debarment or Program Fraud and Civil Penalties rules) provided in Part 26.109. Indian River
County will require in its contracts full and prompt cooperation with the County regarding any
compliance review or investigation the County may undertake in connection with projects involving
the DBE program. Failure to comply shall be grounds for denial of certification, removal of
eligilibiity and/or suspension and debarment. See Attachment B.
Overall Goals (Part 26.45)
Amount of goal
Indian River County's overall DBE goal regarding federal mass transit funds received under 49
USC, Ch. 5307 for the following time period (FY 1999/00-2001/02) is the following: 10.8% of the
federal financial assistance expended on DOT -assisted contracts utilizing Section 5307 funds,
exclusive of funds to be used for the purchase of transit vehicles, personnel, and rent. This goal was
determined by dividing the total number of DBE firms in the area (102) into the total of available
firms in the area (947), resulting in a 10.8% ratio.
Given the County's and COA's standard procurement procedures and extensive use of state contract,
it is estimated that, during the period covered by this plan, only $100,000 will be available in
competitively -bid projects involving the DBE program. Therefore, the County has set a goal of
expending $10,800, or 10.8% of the total contractural amount, with DBEs during the period covered
by this plan.
(Part 26.49)
The County will ensure that state contracts utilized for the procurement of transit vehicles recmire
each transit vehicle manufacturer to certify that it has complied with the requirements of this section.
Alternatively, the County may, at its discretion and with FTA approval, establish project -specific
goals for DBE participation in the procurement of transit vehicles in lieu of the transit vehicle
manufacturer complying with this element of the program.
Process
The County submits its overall goal to DOT on August 1 of each year, except September 1, 1999,
and in cases where a specific project goal is submitted instead.
Before establishing the overall goal each year, the County will consult with the Department of Labor
and Employment Security Minority Business Advocacy and Assistance Office to obtain information
concerning the availability of disadvantaged and non -disadvantaged businesses, the effects of
-5-
40
•
A
discrimination on opportunities for DBEs, and the County's efforts to establish a level playing field
for the participation of DBEs.
Following this consultation, the County will publish a notice of the proposed overall goal, informing
the public that the proposed goal and its rationale are available for inspection during normal business
hours at the County Administration Building for 30 days following the date of the notice, and
informing the public that the County and DOT will accept comments on the goals for 45 days from
the date of the notice. The notice will be published in the Vero Beach Press Journal. Beginning in
2000, the notice will normally be published by June 1 of each year. The notice will include
addresses to which comments may be sent and addresses where the proposal may be reviewed. The
County's annual goal submission to DOT will include a summary of information and comments
received during this public participation process.
The County will begin using its overall goal on October 1 of each year, unless it has received other
instructions from DOT. If the goal is project -specific, the County will begin using that goal by the
time of the first solicitation for a DOT -assisted contract for the project.
Breakout of Fctimaterl Race -Neutral and Kay-t_'nrscrous Yarncr an Lton
The County will meet the maximum feasible portion of its overall goal by using race -neutral means
of facilitating DBE participation. The County does this by regularly updating its MBE Directory
and by making available to all DBE firms all contract bids by public notice.
The County estimates that, in meeting its overall goal of 10.8%, it will obtain 7% from race -neutral
participation and 3.8% through race -conscious measures.
The County will adjust the estimated breakout of race -neutral and race -conscious participation as
needed to reflect actual DBE participation and 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; DBE participation on a prime contract exceeding
a contract goal; and DBE participation through a subcontract from a prime contractor that did not
consider a firm's DBE status in making the award.
Contract Goals (Part 26.51)
The County will use contract goals to meet any portion of the overall goal the County does not
project being able to meet using race -neutral means. Contract goals are established so that, during
the period in which the overall goal applies, these goals 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 County will establish contract goals only on those DOT -assisted contracts that have
subcontracting potential. The County need 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, etc.). The County will
express its contract goals as a percentage of the total amount of a DOT -assisted contract..
.6.
40
e
•
Good Faith Efforts (Part 26.53)
Information to be submitted
The County treats bidder/offerors' compliance with good faith efforts requirements as a matter of
responsiveness.
Each solicitation for which a contract goal has been established will require the bidders/offerors to
submit the following information on the same date of the bid submittal.
• The names and addresses of DBE firms that will participate in the contract;
• A description of the work that each DBE will perform:
• The dollar amount of the participation of each DBE firm participation
• Written and signed documentation of commitment to use a DBE subcontractor whose
participation it submits to meet a contract goal;
• Written and signed confirmation from the DBE that it is participating in the contract as
provided in the prime contractor's commitment; and
• If the contract goal is not met, evidence of good faith efforts.
Demonstration of good faith efforts
The obligation of the bidder/offeror is to make good faith efforts. 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 County's 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 County will ensure that all information is complete and accurate and adequately documents the
bidder/offeror's good faith efforts before it commits to the performance of the contract by the
bidder/offeror.
Administrative reconsideration
Within 3U days of being informed by the County that it is not responsive because it has not
documented sufficient good faith efforts, a bidder/offeror may request administrative
reconsideration. Bidder/offerors should make this request in writing to the following reconsideration
official:
Mr. James Chandler - County Administrator
1840 251` Street
Vero Beach, Florida 32960
(561) 567-8000, ext. 408
The reconsideration official will not have played any role in the original determination that the
bidder/offeror did not make document sufficient good faith efforts.
-7-
s
•
e
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
County's reconsideration official to discuss the issue of whether it met the goal or made adequate
good faith efforts to do. The County 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 Department of Transportation.
Good Faith Efforts when a DBE is replaced on a contract
The County 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, to the extent
needed to meet the contract goal. The County 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 County will require the prime contractor to obtain its prior approval of the
substitute DBE and to provide copies of new or amended subcontracts, or documentation of good
faith efforts. If the contractor fails or refuses to comply in the time specified, the County 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 County may issue a termination for default proceeding.
Counting DBE Participation (Part 26.55)
The County will count DBE participation toward overall and contract goals as provided in 49 CFR
Part 26.55.
Certification (Parts 26.61 - 26.91)
The County will use 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
DOT -assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility
standards. The County will make its certification decisions decision based on the fack PQ a whole.
Process
The County's certification application form and documentation requirements are attached to this
program. See attachment "C". For information about the certification process or to apply for
certification, firms should contact the County's DBELO at the address or telephone number
indicated previously. In the event the County proposes to remove a DBE's certification, it will use
these steps:
1) A letter will be sent to the firm, stating that Indian River County is considering decertification.
A brief description of the reasons for this action will be included.
-8-
D
•
2) The firm will be given an opportunity to respond in person and in writing. A meeting or hearing
may be part of this process.
While these procedures are not a regulatory requirement, they are recommended by DOT to ensure
the process is fair and to prevent unnecessary procedural litigation.
When Indian River County denies certification or completes a decertification, it shall advise the firm
that an appeal may be filed within 180 days of the decision with the office named below. An appeal
must be in writing, dated and signed, and should be made after all appeal procedures of Indian River
County have been exhausted.
Department Office of Civil Rights
Department of Transportation
400 7th Street, Southwest
Washington, D.C. 20590
FTA may disseminate to all recipients copies of the certification decisions rendered by the
Departmental Office of Civil Rights (DOCR). Often, the same fine applies for certification or is
certified by more than one recipient. The decisions are in response to appeals of certification denials
or so-called "third -party complaints" brought under 49 CFR 23.55.
The DOCR decisions apply only to the actions that were contested and do not bind other recipients
to make the same judgements concerning a firm's eligibility. Other recipients, who have granted
certification to a firm that is adversely affected by a DOCR decision, are advised to reexamine their
records to determine if the decision raises a certification issue. Each recipient must make its own
decision based on the record, since firms sometimes reorganize or otherwise restructure their
ownership and control. At any time that Indian River County considers decertifying a firm, the
"Decertification Procedures" outlined in this plan shall be followed. If the County denies a firm's
application or decertifies it, the firm may not reapply until twelve (12) months have passed from the
County's action.
I tnified Certification Program
The State of Florida participates in a Unified Certification Program and has no consortium.
Certification Appeals
Any firm or complainant may appeal the County's decision in a certification matter to DOT. Such
appeals may be sent to:
Department of Transportation
Office of Civil Rights
Certification Appeals Branch
4007 1h St., SW, Room 2104
Washington, DC 20590
-9-
40
•
0
Extended Page 1.1
The County will promptly implement any DOT certification appeal decisions affecting the eligibility
of DBEs for its DOT -assisted contracting (e.g., certify a firm if DOT has determined that the
County's denial of its application was erroneous).
The County will review the eligibility of DBEs that it certified under former Part 23 to ensure that
they meet the standards of Subpart D of Part 26. The County will complete this review no later than
three years from the most recent certification date of each firm. See Attachment D.
For firms that have been certified or reviewed and found eligible under Part 26, the County will
again review their eligibility every three years. Finns shall fill out a new application; determinations
will be made on a case-by-case basis.
"No Change" Affidavits and Noticec of Chanee
The County requires all DBEs to inform it, in a written affidavit, of any change in its circumstances
affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR Part
26 or of any material changes in the information provided with its application for certification. See
attachment E.
The County also requires all owners of all DBEs it has certified to submit, on the anniversary date
of their certification, a "no change" affidavit meeting the requirements of Part 26.830). The text of
this affidavit is as follows:
I swear (or affirm) that there have been no changes in the circumstances of [name of DBE
firm] affecting its ability to meet the size, disadvantaged status, ownership, or control
requirements of 49 CFR Part 26. There have been no material changes in the information
provided with [name of DBE's] application for certification, except for any changes about
which [name of DBE] has provided written notice to Indian River County under Part
26.83(1). [Name of DBE] meets Small Business Administration (SBA) criteria for being a
small business concern and its average annual gross receipts (as defined by SBA rules) over
the firm's previous three fiscal years do not exceed $16.6 million.
The County requires DBEs to submit with this affidavit documentation of the firm's size and gross
receipts.
The County will notify all currently certified DBE firms of these obligations annually. This
notification will inform DBEs that to submit the "no change" affidavit, their owners must swear or
affirm that they meet all regulatory requirements of Part 26, including personal net worth. Likewise,
if a firm's owner knows or should know that he or she, or the firm, fails to meet a Part 26 eligibility
requirement (e.g., personal net worth), the obligation to submit a notice of change applies.
-10-
4W
0
Personal Net Worth
The County will require all disadvantaged owners of currently -certified DBEs whose eligibility
under Part 26 it reviews to submit a statement of personal net worth by providing to the County a
copy of the firm's most recent annual audit with the bid submittal.
Information Collection and Reporting
The County will create a bidders list, consisting of information about all DBE and non -DBE firms
that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the
bidders list approach to calculating overall goals. The bidders list will include the name, address,
DBE/non-DBE status, age, and annual gross receipts of firms and will be derived from the MBE
Directory listings of DBEs within a one hundred mile radius of Indian River County.
Monitoring Payments to DBEs
The County will require prime contractors to maintain records and documents of payments to DBEs
for three years following the performance of the contract. These records will be made available for
inspection upon request by any authorized representative of the County or DOT. This reporting
requirement also extends to any certified DBE subcontractor.
The County will keep a naming tally of actual payments to DBE firms for work committed to them
at the time of contract award. The County 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 stated in the schedule of DBE
participation.
Reporting to DOT
The County will report DBE participation on a quarterly basis, using DOT Form 4630. These
reports will reflect payments actually made to DBEs on DOT assisted contracts.
The County 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 County will not release personal
financial information submitted in response to the personal net worth requirement to a third party
(other than DOT) without the written consent of the submitter.
Attachments
A. Minority Business Enterprise (MBE) Directory
B. DBE Monitoring Fonn
C. DBE Certification Forni
D. DBE Recertification Form
F. No Change Affidavit
F. Organizational Chart
w
G
MINORI'T'Y BUSINESS ENTERPRISE DIRECTORY
VENDOR NAME
VENDOR ADDRESS
PHONE NO.
ABC Landclearing & Development,
817 Dixon Blvd., Suite 2C
(407) 636-4734
Inc.
Cocoa, FL 32922
Albert Hines Electric, Inc.
4008 Ave. K
(561) 489-2514
Ft. Pierce, F134947
Aiphatech Systems, Inc.
2530 Kirby Ave., Unit 304
(407) 729-0419
Palm Bay, FL 32905-3428
American Products Enterprises, Inc.
P.O. Box 7455
(407) 340-3866
Port St. Lucie, FL 34985
Aquatics of Brevard
4200 Wrndaver Way
(407) 259-4486
Melbourne, FL 32934
Arctic Seal & Gasket of the
P.O. Box 5393
(561) 283-0080
Americas, Inc.
Stuart, FL 34995
Atlantic Culvert Co., Inc.
2185 W. King St.
(407) 639-4902
Cocoa, FL 32926
Atlantic Flooring, Inc.
825 Parkway St., Suite 5
(561) 575-5990
Jupiter FL 33477
Avand Construction, Inc.
3162 S.E. Dominica Terrace
(561) 283-5500
Stuart. FL 34997
B & E Machine Shop & Sheet Metal
3059 S. E. Mourne St.
(561) 283-2940
Fab, 1c•
Stuart, FL 34997-5981
Baaav Architects, PA
P.O. Banc 3623
(561) 231-4740
Vero Beach, FL 32964
Basic Dental Products. Inc.
i'.Inc og:.+ r
---• ••�+•
t5W) 752-2742
iupita, FL 33473
BC Auto Parts DBA BCAP
3211 SW Port St. Lucie Blvd.
(561) 336-9117
Enterprises, Inc.
Port St. Lucie, FL 34953
Berges ET Co., Inc.
401 NW Wright Blvd.
(561) 692-9900
Stunt, F-1. 3499944-1104-0
Bookhardt Roofing Co., Inc.
P.O. Box 6366
(407) 267-5829
Titusville, FL 32780
Brevard Court Reports, Inc.
P.O. Box 360757
(000) 000.0000
Melbourne, FL 32936-0757
ATTACHMENT A
-13-
do
VENDOR NAME
VENDOR ADDRESS
PHONE NO.
C&D Construction, Inc.
P.O. Box 1626
(407) 639-9198
Cocoa, FL 32923-1626
Cnivasina & Co., PA CPA
6755 S. Kanner Hwy.
(561) 286-6053
Stuart, FL 34997
Chaitovitz, Diana, MD
1900 S. Harbor City Blvd
(407) 724-8868
Suite 236
Melbourne, FL 32901
Chibas Painting Contractors, Inc.
1341 SW Bayshore Blvd.
(561) 878-5330
Port St. Lucie, FL 34983
Claire Boland Counse!mg
% Willard St, Suite 101
(407) 639-4483
Cocoa, FL 32922
Coastal Waste Management
1475 Giles St. NW
(407) 768-1482
Palm Bay, FL 32907
Commarial Energy Spec ilaists
860 Jupiter Park Dr., Suite 2
(407) 744-1557
Jupiter, FL 3345E -895E
Compumedia Center, Inc.
1980 N. Atlantic Ave., Suite 108
(407) 784-8333
Cocoa Beach, FL 32931
Coordinated Construction Services,
122 S. Twin Lakes Rd.
(407) 690-2550
Inc.
Cocoa, FL 32926
Creative Management Tech, Inc.
P.O. Box 3211327
(407) 799-4022
Cocoa Beach, F1 32932-1327
Creech Ea0wers, Inc.
P.O. Box 143E
(407) 283-1414
Palm City, F134990-1488
Crouthamel Design, Ime.
485 SE St i -M-6 R- ..d
�«•� ��•
Stuart, FL 34996
Custom Computer Training
95 W. Bay Dr.
(407) 734-9598
Cocoa, FL 32931
CM Inc.
Suite 301
(407) 747-7455 .
140 Intracoastal Pcti--" Dr.
Jupiter, FL 33477-4738
D & D Tractor & Truck Service
1449 Pennykamp St. NE
(407) 724-8501
Palm Bay, FL 32907
Data Voice, [nc.
2510 Kirby Ave., NE, Suite 110
(407) 724-1231
Palen Bay, FL 32905-1000
-14-
40
VENDOR NAME
VENDOR ADDRESS
PHONE NO.
Data Way, Inc.
12354 153rd Ct. N.
(407) 575-6139
Jupiter, FL 33478-6658
David Walker PA Atty. At Law
P. 0. Box 1829
(561) 286-8686
Stuart, FL 34995
Designers West interiors
200 S. Harbor City Blvd.
(407) 676-2207
Suite 103
Mckourne, FL 32901
Dixie Wholesalers, Inc.
P.Q. Box 541880
(407) 453424
Merritt Leland, FL 329541880
Dolphin Sheet Metal, Inc.
211 Camtneree Way
(561) 744-0242
Jupiter, FL 33453
Dyna ]{leen Power Vac Clearing
570 Dixon Rd. NW
(407) 725-0037
Palm Bay, FL 32907
Eagles Benefits By Design, Inc.
2300 SE Ocean Blvd.
(407) 546-5577
Stuart, FL 34996
Ew ironmebks, Inc.
683 SW 27th Avre.
(561) 562-1968
Vero Beach, FL 32968-0000
Esquire Reporting, Inc.
422 Camden Ave.
(561) 283-8002
Stuart, FL 34994
Evans Vahiation Services
18286 River Oaks Dr.
(S61) 746-2475
Jupita, FL 33453
Faulkner dt Assoc, Inc. of Sebastian
P.O. Boor 7SM74
(561) 589-7350
Sebastian, FL 32968.0074
F'uit Cut Landscape dt Maintenance,
16671 113th Trl N
(561) 7448558
Inc.
Jupiter, FL 33478
Florida Drilling dt Foundations, Inc.
P.O. Box 6220
(941) 648-0676
Vero Bead, FL 32%1-6220
G. IC Fisher, Co.
P.O. Box 6638
(561) 569-2169
Vero Beach, FL 32%1
C•A_ty Asscr., inc.
I l7 E. Sqatruuoie St.
(407) 283-2609
Stuart, FL 34994
Genes Striping
260 29th Ct. SW
(561) 569-6039
Vero Beach, FL 32958
-15-
•
VENDOR NAME
VENDOR ADDRESS
PHONE NO,
Genesis VII, Inc.
1415 Chaffee Dr., Suite 10
(407) 383-4813
Titusville, FL 32780
Geo Research & Assessment, Inc.
1600 Sarno Rd., Suite 4
(407) 259-5527
Melbourne, FL 32935
Harrison Electric Supply
P.O. Box 1349
(800) 432-1184
Stuart, FL 3499]-1349
Hi Tech Cooling, Inc.
673 SW Whitmore Dr.
(561) 340-0543
St. Lucie, FL 34984
Howard Moore Service One
2212 N. 45th St.
(561) 4649635
Janitorial
Ft. Pierce, FL 34946
Hughes Glass Co.
2860 Kirby Ave. NE Suite 17
(407) 952-2005
Pam Bay, FL 32905
J. Mila Enterprises, Inc.
2613 Horseshoe Ct.
(407) 639-1537
Cocoa, FL 32926
JR Reporting Associates, Inc.
2345 14th Ave., Suite 10
(800) 577-8366
Vero Beach, FL 32960-0301
Kadin Kleaners, Inc.
2625 Mohican Dr.
(407) 242-2387
Melbourne, FL 32935-8829
Kwik Kopy Printing f Palm Bay
2595 Palm Bay Rd. NE
(407) 676-7005
NTS International Inc.
Palm Bay, FL 32905
L alt A Trucking, Inc.
674 SW Montana Terrace
(407) 340-3803
Port St. Lucie, FL 34953
Law Offica of Simmons, Solomon
145 NW Central Put Plan
(407) 340-7nI
Dreyer & Mancin
Suite 200
Zvi` ua. iaiwc, r� 3170V
Lee Taylor Lawn Service
509 NE 1 st St.
(407) 463-M71
Ft. Pierce, FL 34947
Loftus Electric, Inc.
751 K Enterprise Ct.
(407) 253-4333
Melbourne„ FL 32934
Lombardi Engineering
1011 Rockledge Dr.
(000) 000-0000
Rockledge, FL 32955
-
Long Services, Inc.
P.O. Box 2252
(407) 727-1253
Melbourne, FL 32902
-16-
40
VENDOR NAME
VENDOR ADDRESS
PHONE NO.
Luster All Janitorial Services
P.O. Box 12778
(407) 468-9008
Ft. Pierce, FL 34979-2778
Made to Order, Inc.
6881 173rd Pl. N.
(407) 746-0517
Jupiter, FL 33458-0881
Marioas Painting & Cleaning
1713 Club Gardens Dr.
(000) 000.0000
Services
Palm Bay, FL 32905
Master Sergeant
2785 Locksley Rd.
(407) 259-3943
Melbourne, FL 32935
McCarren, Vickie
1475 Anebor La
(407) 454-4257
Merritt Isisad, FL 32952
Michaels Roofing Co., Inc.
P.O. Box 6366
(407) 267-5829
Titusville, CL 32190-6366
Mirage Apparel, Inc.
18295 SE Old Travel Dr.
(407) 746-5300
Jupiter, FL 33478
0. T. Trans, Inc.
2767 Hereford Rd.
(407) 259,9880
Mdbourne, FL 32935
Omahoney Design Group, Inc.
18834 Swart Gum Ct.
(407) 747-8330
Jupiter, FL 33458
Orchid Island Home Maintenance,
1892 C*wmw a Ave,, Suite 105
(561) 569-M
mac•
Vero Bach FL 32960
Paint Rite Enterprises, Inc.
2144 SE Stargmn St.
(407) 879-0036
Port St. Logia, FL 34984
Placa Marine Consinrction, Inc.
1200 SE Cutoff Rd , Suite E
(407) 220.3625
Stuart, FL 34994
rrecision Contracting Services, Inc.
18223 River Odes
(407) 743-9737
Jupiter, FI 33458-0000
Prestige Title Agency, Inc.
735 Colorado Ave.
(407) 283-5590
Stuart, F134994
Print Shack
2893 W New Haven Ave.
(407, 729-9485
W. Melbourne, FL 32904
Professional Review & Operational
P.O. Box 650148
(407) 778-3105
Shoppers, Inc.
Vero Beach, FL 32%5-0148
Property Service of Vera, Inc.
840 Gray Rd.
(407) 636-2766
Cocoa, FL 32296
-17-
40
VENDOR NAME
VENDOR ADDRESS
PHONE NO.
R. K. Contractors, Inc.
1773 Import Drive
(407) 336-4799
Pt. St. Lucie, FL 34953
Ram Utility Management d/b/a
1851 SW Biltmore St.
(561) 878-5986
Sterting Resource Ind. Corp.
Pt. St. Lucie, FL 34984
RKT Constructors, Inc.
1514 S. Washington Ave.
(407) 267-2207
Titusville, FL, 32780
Santa Cruz Construction, Inc.
4205 N. Courtnay Pity.
(407) 452-3190
Merritt Island, Fl 32953
Sharon GrifEn do Assoc., Inc.
4599 SE Rocky Point Way
(407) 286-9163
Stuart, FL 34997-0000
Signs In a Day d.b.a Lonestar &
964 12th St.
(561) 562-1228
Shamrock, Inc,
Vero Beach; FL 32960
Southern Photo Supply
2535 N. Harbor City Blvd.
(407) 2.544224
Melbourne, FL 32935-6219
Southern Sewer Equipment Sales
3409 Industrial 27th St.
(561) 595-6940
Ft. Pierce, FL 34946
Spice of Life, Inc.
2195 S. Courtenay Pky.
(407) 453-5727
Merritt Island, FL 32952
Squeaky Clean Mobile Yacht Care,
3565 SE St. Lucie Blvd
(407) 283-6299
Inc.
Stuart, FL 34997
Sunbelt Research Assoc., Inc.
1001 N. U.S. highway 1,
(407) 744-5662
Suite 310
Jupiter, FL 33477.4437
SSunncooaast Sprayer cit Equipment
1314 SW Baysbore Blvd
(561) 8784259
i.wea, 1W.
D.rw- C6 tc
risMG,
Sunrise Equipment, Inc.
1666 SE Vil W Grea% Suite 1
(407) 335-1902
Port St. Lucie, FL 34952
T. J. Drafting cit Design, inc.
1371 Seabreeze St., SW
(407) 725-2314
Palm Bay, FL 32908
'11Wville Travel, Inc.
131 Harrison St.
(407) 267-7600
Titusville, FL 32780-5025
Torres Electrical Supply Co., Inc.
3190 SE Dominica Terrace
(800) 433-8694
P.O. Box 1908
Stuart, FL 34995-1908
-18-
40
VENDOR NAME
VENDOR ADDRESS
PHONE NO.
Transcultural Communications, Inc.
3210 Westchester Dr.
(407) 639-1158
Cocoa, FL 32926
United Electric & Development, Inc.
P.O. Box 560991
(407) 636-2822
Rockledge, FL 32956-0991
Universal Private investigative &
P.O. Box 1028
(407) 636-7270
Guard Agency, Inc.
Cocoa, FL 32923-1028
Vernon Dixon Trucking, Inc.
2410 Avemie D
(561) 461-1010
Ft. Pierce, FL 34950
Williams Janitorial Service
2215 15th Ave.
(561) 770-0981
P.O. Bax 651054
Vero Beack FL 32962
Williams Property Investment, Inc.
2689 SE Gowin Dr.
(407) 337-3323
Port St. Lucie, FL 34952
-19-
DBE MONTTORTNG FORM
I( at any time, the Department or a recipient has reasons to believe that any person or firm has Tvill
"and knowingly provided incorrect information or made false statements, or acted in a manwr
p ub ted by 49 CFR Part 29, the responsible official shall refer the matter to tate General Counsel
of the Depart necst He/she may initiate procedturs for suspension or debarment as provided in 49 CFR
29.17 and/or refer the matter to the Department of Justice under IS U.S.C. 1001, ad deemed
Wo1riate-
1. Name of firm
2. Address of firm
3. Phone number of firm (�
4. Coo= Persons
S. Nannie of Business: Specify major services/products
6. Geograpbial Area Served.:
States Cep
7. Year: firm has ban in business
a. Type of ownership: (Chedt one)
Corporation Putusa ship Sole Prwiet wsbia
ioira veanue Otber (Specify)
ATTACHMENT 8
- 20 -
40
0
9. Ownership of firm: Identify those who own 5 percent or more of the fimu's ownership.
Columns (e) and (f) need to be filled out only if one or more owners is not a socially and
economically disadvantaged individual.
A B C D E F
Years of Ownership Voting
Name Rau Sex Ownership Percentage Percent
ii aoe or more owners is not diszdvanupd, list the cowihurtim of momey, equipment, real estate,
or mpetise of each of the ownem (Attach a separate sheet if mecessary.)
10. CoWd of tams Ideaaty by name, race, sex, and title in the firm those individuals Cog
ownm and nm -owners) wlmo are ttop ooable for day -w -&Y manapmum and ply bion
inchWma but not Emoted to, those with prime mVO=Wlty for.
a F i n a n c i a l D e c i s i o n s
(2) Mariceemg and Sales
(3) Mg and Firing of Management Personnd_-
(4) Purchase of Major Items or Supplies
- 21 -
40
C. Supervision of Field Operatives
i t . For each of those Casted in number 10, provide a brief summary of the person's experience And
number of years with the firm, indicating the person's 4uali5ations for the responsibilities
given him or her. (Aetach a separate slrett if wcsssuy.)
12. Da le or attaah a copy of any stock optiow or other ownership options that Are
Moan&& and any, avvemects between owner s or between owneas AAsd tbwd Parti" which
restrict ownership or control of the disadvarrnged owners. (Attach a separate sheet if
necessary.)
13. Identify any owner (sec Item 9) or management oE6oe1(see h m 10) of named firm wbo is
or has been an employee of another farm thAl bay an ownership interest in or a present
business relationship with the mated firm. Present business cdataomhiPe include shared
sp&c,e, eqwPawd, fiogwm . or emplayea a wag Ari both Erma baviog sane of the same
owners.
14. What are the gross receipts of the firm for each of the last three years?
Yew eedma Groat Receipts S
Year ending Gross R Con S
Yea: ending Gross Receipts S
15. Nam of bonding company, if any:
- 22 -
40
Bonding Limit:
Source of letters of credit, if any:
16. Are you authorized to do business in the state as well as IocallY, including ell necessary
business licenses? Yes No
Attach one copy of the operating HC4nK if auy-
Type of Bus1mm jkem 1•msr
17. Specify the major items of equipment owned and/or kaxd bf the firm.
Name and Address
Equipment Owned meaty Equipment Leased of Owner
IS. Has the firm ever appal for or been denied DBE M EMBE certification with. the County.
Departtomt of Tramport dWn, or dwwbm?
Yes No AppE'adm Pm ft
If yes, name .the a9boritY, dat4 and ssaa aeras of such ea OcI im or
dmiiaL
- 23 -
ea
•
DBE CERTIFICATION FORM
STATE OF
COUNTY OF
1 HEREBY DECLARE AND AFFIRM THAT I AM THE
(Tide - Owner, President,
and duty adbmiz d repranotative of
Co -Venturer, etc.)
wbose, address is
(Name of Firm)
• I hereby dedare and affirm that I am a _._ tKrnorky (or) Female
(specify which) Business Eote rprise (NME or WBE) as defined by the contract doarman coW
below, sod that I wM provide on request infamstm to docame d tris fact
Thus firm is inter eyed in quotingNdding on the following categories of work being procured for the
Indian River County Council on Aging
Project No.
This firm has current DBE/hMElWBE cat&action from the fotlowutg agencies:
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT
THE CONTENTS OF THE FOREGOING DOC WW ARE 'TRUE AND CORRECT, AND
THAT I AM AUTHORIZED ON BEHALF OF THE FMM TO DdA= THIS AFFIDAVIT.
(Dift) (Anne)
STATE OF COUNff OF
bn this dry of 19 be & s ■R
the Ac" signed omcror, pasoostly appm ed
. renown to me to be the person dasmgmd in the ftisob*
amelevit sod arlmowleAied tht t5e fsbel M.;. -A—1 :�,.:,. Sams= .oat iur ere
purposes therm coma6d
In witne w dmw( I berraanto set my hand and oSidal seat.
(SEAL)
My Commin±oa Evira
• Collative called DBEs
DBE FORM 2
ATTACHMENT C
- 24 -
•
0
DBE RECERTIFICATION FORM
Date:
DBELO
Indian River County
Charles Vitunac
1840 25th St.
Vero Beach, FL 32960
Re: Request for DBE Recatification for FY 199
Dear M:. Vitunac:
The firm of
Firm Name
City, State Tp Code
hereby requests recertification under Indian Riva County Diaadvamaged
Business Enterprise program for 199_
The undersigned, as authorized representative of the &m, busby ameats that no chwan in
organization or ownership have been made admequent to the oerti6catioo granted by Indian Riva
county
(Dau)
Sigaaarre and Tide
Attachment D
-25-
40
•
s
NO CHANGE AFFIDAVIT
'rw undersigned swears that the foregoing statements are true and correct aid int ude all material
information nacmary to identify and ertplam the operations of (name
of firm) as well as the ownership thereof Further, the undasigned agrees to provide, through the
prime contractor or, if no prime, directly to the gree, cuMM complete and accurate information
regarding actual wait pa£ormed on the project, the payment tberd re, and any proposed &tnges,
if any, of the foregxrittg artacrgements tad to permit the art& aid ammation of books, records. and
files of the named firm. Any material misrepresentation wW be grounds for tamviaangg any,
contract which may be awarded and for milia tm action under Federal and State laws cor>cauing Use
statmtem
Note: 14 after filing this Schedule A and before the work of this firm is cowfieted of the coatratx
covered by this regulation, there is any significant change in the information submitted, you must
inform the grantee of the change through the prime contractor or, if no prime contractor, inform the
grantee directly.
Signature:
Name (Print or Type):
Title:
Date:
Corporate Seal (where appropriate):
iI
State of
county or
On this day of , 19_, before me appeared
(name), to me personally known, who, being duly sworn, did etoecttte the fixegoing
affidavit, and did state that he or she was property authorized by (name of firm)
. to execute the affidavit and did so as his or ber free act ad deed,
(Seal)
Notary Public:
Commission expires:
ATTACHMENT E
-26-
•
L --
Indian River County
DBE Plan
Organizational Chart
DBE Liaison Officer
(County Attorney)
DBE Project Designated Grant Recipient
Manager(s) (Indian River County Council on Aging)
-27-