Loading...
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-