CONNECT TRANSIT Gulf Coast Center (GCC) 4352 E.F. Lowry Expressway Texas City, Texas 77591 REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS NO. 2014-TRANSIT-002 For Public Transportation Consulting Including Planning, Design, and Construction Phase Services Issue Request for Qualifications: May 23, 2014 Deadline for Written Questions: May 30, 2014 at 5:00 P.M. CDT Issue Responses to Questions/Final Addendum: June 6, 2014 at 5:00 P.M. CDT RFQ Response Due: June 20, 2014 by 3:00 P.M. CDT GENERAL PURPOSE Gulf Coast Center (GCC) is seeking the services of a consultant or consultant team (Respondent) to assist with a variety of financial, planning, design, and project development activities. GCC anticipates contracting for a five (5) year service period from the date of contract execution. BACKGROUND GCC is a regional Mental Health, IDD and Recovery Services Center and was established in Galveston County in 1966 and Brazoria County in the mid 1970’s. GCC provides various services to individuals coping with intellectual and/or developmental disabilities, battling addiction, and/or living with HIV. The organization is overseen by an executive management team along with a Board of Trustees comprised of Galveston and Brazoria county representatives. Connect Transit is the public transportation division of GCC serving Texas City and Lake Jackson, as well rural communities throughout Galveston and Brazoria counties. Connect Transit has operated in Galveston and Brazoria counties since 1985. Services include: Demand response service throughout Galveston and Brazoria counties, excluding the city of Galveston; Fixed route service provided by Connect Transit’s Mainland Transit and Southern Brazoria County Transit systems; and Commuter bus service provided by Island Connect from the Mall of the Mainland and Victory Lakes Park and Rides. Historically, Connect Transit only operated demand response service. Its core mission was to deliver service to all individuals who schedule a ride, including individuals with disabilities. Most destinations were within Galveston and Brazoria counties but some trips occurred outside the counties, for example the Texas Medical Center (TMC) in Harris County. In 2008, Connect Transit started fixed-route service. It has since expanded to seven municipalities spanning two diverse urbanized areas and into the rural unincorporated communities of San Leon and Bacliff in Galveston County. The growth of ridership and service has been dramatic; ridership has grown well over 700% since 2008. Connect Transit also offers commuter bus service. In 2009, Connect Transit started the Mall of the Mainland (MOM) Park and Ride between Texas City and Galveston. The MOM generates approximately 30,000 annual unlinked passenger trips. In 2012, Connect Transit started the Victory Lakes (VL) Park and Ride between League City and Galveston. The VL Park and Ride has been very successful since its launch in May 2012. In just six months of operation, the service met its expected demand. Both park and ride services are branded Island Connect, which 2 are operated by Island Transit under contract with GCC. CONTRACT PRIORITIES Over the next 5 years, GCC plans to build upon its successful fixed route, commuter bus and demand response services. GCC anticipates activities which support operations such as enhancing existing services, procuring new rolling stock and related equipment, ensuring compliance with federal guidelines and pursuing a variety of funding opportunities. GCC also plans to pursue the design and construction of various capital projects. Identified projects include the corridor access management improvements, Kemah Transportation Center, Texas City Park and Ride/Administrative Facility, Pearland Park and Ride, Victory Lakes Park and Ride expansion and other capital projects as needed. A brief summary of the four facilities is outlined below: The Kemah Transportation Center will be a mixed-use facility and structured park and ride to include 500 parking spaces, visitor information kiosks, accommodations for cyclists and pedestrians, and aesthetic community improvements. The Texas City Park and Ride and Administrative Facility will serve as the new headquarters for Connect Transit. A potential site has been identified at 1401 33rd Street in Texas City. The facility’s building program is approximately 7,000 square feet, but may expand an additional ~3,000 square feet to accommodate other compatible uses. The park and ride will need an estimated 300 spaces. Employee and visitor parking are estimated at 75 spaces. Fleet parking is estimated at 50 spaces. The ability to accommodate light maintenance (oil changes, tires, etc.) on site will be necessary. A fueling station may need to be incorporated into the design. The Pearland Park and Ride will provide~750 surface parking spaces with passenger waiting amenities, restrooms, and some mixed-use space. The existing Victory Lakes Park & Ride facility is a 450-space surface lot located on the University of Texas Medical Branch (UTMB) Victory Lakes medical campus in League City, TX. Continued build-out of the campus will necessitate moving the park and ride from its current location to a to-be-constructed parking garage. Current UTMB plans reflect a garage capacity of approximately 3,200 spaces, of which approximately 800 spaces would be dedicated for park & ride use. COMMUNICATION The RFQ Coordinator is the sole point of contact for this procurement from advertisement through award. All Communications between the Respondent/Contractor and GCC upon release of this RFQ shall be with the RFQ Coordinator, Mr. James Hollis, Transportation Director, at JamesH@gulfcoastcenter.org. 3 Any other communication will be considered unofficial and non-binding on GCC. No authority is intended or implied that specifications may be amended or alterations accepted prior to response opening without written approval of the RFQ Coordinator. Respondents are to rely on written statements issued by the RFQ Coordinator only. To insure the fair evaluation of the solicitation, GCC prohibits unsolicited communication initiated by the Respondent to a GCC representative after the deadline for proposals. All communication between Respondent and GCC may be initiated by the RFQ Coordinator to obtain information or clarification about the Respondent’s proposal. Unsolicited communication may be grounds for disqualifying the offending Respondent from consideration for award. EXHIBITS Attachments A through I herein are made a part of this solicitation Exhibit A – Minimum Insurance Requirements Exhibit B – GCC’s Business Code of Conduct Exhibit C – Conflict of Interest Questionnaire Form Exhibit D – Federally Required Contract Clauses Exhibit E – Acknowledgement of Addenda Exhibit F – Lobbying Certification Exhibit G – Government-Wide Suspension and Debarment Certification Exhibit H – DBE Form 1 – Respondent/Contractor Certification Exhibit I – DBE Form 2 – DBE and SBE Subcontractor Certification INSURANCE The Respondent shall meet or exceed ALL insurance requirements set forth in Exhibit A, Minimum Insurance Requirements. GCC BUSINESS CODE OF CONDUCT GCC employees, contract providers and volunteers will exhibit behavior based on honesty, integrity and sense of fairness. It is the responsibility of these individuals to maintain the highest standard of legal and ethical behavior. This includes complying with all local, state and federal laws and regulations designed to assure adequate and appropriate care and taking timely and responsive positive action to prevent or correct any improper or inappropriate acts. GCC’s Board of Trustees and Management are committed to providing avenue through which ethical issues may be raised, reviewed and resolved openly and honestly. The successful Respondent shall 4 comply with the GCC’s Business Code of Conduct in Exhibit B. CONFLICT OF INTEREST Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (House Bill 914) requires that any vendor or person considering doing business with a local government entity disclose the vendor or person’s affiliation or business relationship that might cause a conflict of interest with a local government entity. The Conflict of Interest Questionnaire form is Exhibit C. Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may automatically result in the disqualification of the vendor’s offer. FEDERALLY REQUIRED CONTRACT CLAUSES The project may be funded, in part, by the US Department of Transportation (DOT) through the Federal Transit Administration (FTA). As a result, the successful Respondent shall comply with all clauses in Exhibit D, Federally Required Contract Clauses. DISADVATANGED BUSINESS ENTERPRISE (DBE) GCC encourages the utilization of DBEs in the prosecution of its transportation program. Accordingly, GCC is seeking lead firms that encourage the inclusion of DBEs a n d / o r S m a l l B u s i n e s s E n t e r p r i s e s ( S B E s ) in the undertaking of the Technical Expertise areas outlined above. GCC has set a race-neutral goal of 3.44% DBE participation for the program. There is no set goal for SBEs, but participation is encouraged. It is the policy of GCC to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit responses. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all Respondents, including those who qualify as a DBE or SBE. A DBE and SBE contract goal is not established for this contract. In addition, the Respondent is encouraged to utilize services of DBE Banks and Financial Institutions. The Respondent will be required to submit the following information in Exhibit H, DBE Form 1 – Respondent/Contractor Certification: (1) names of all proposed subcontractors, (2) contact information, (3) description of work to be performed, (4) status as a DBE, SBE or non-DBE, (5) ethnic code of firm, (6) age of the firm, and (7) annual gross receipts of the firm. In Exhibit I, the DBE and/or SBE subcontractor will provide written confirmation that the subcontractor is participating in the contract, as provided in the commitment made in Exhibit H. PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by GCC to the contractor will be made within thirty (30) days of the date GCC receives goods under this Contract, the date the performance of the services under this Contract are completed, 5 or the date GCC receives a correct invoice for the goods or services, whichever is later. The Contractor may charge interest on an overdue payment at the “rate in effect” on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by GCC in the event: 1. There is a bona fide dispute between GCC and the Contractor, subcontractor, or supplier about the goods delivered or the service performed that causes the payment to be late; or 2. There is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or 3. The terms of a federal contract, grant, regulation, or statute prevent GCC from making a timely payment with federal funds; or 4. The invoice is not mailed to GCC in strict accordance with any instruction on the purchase order relating to the payment. DELINQUENT STATE BUSINESS TAX All Respondents shall certify that the Respondent is not delinquent in a tax owed to the State under Chapter 171, Tax Code, pursuant to the Texas Business Corporation Act, Texas Statutes, Article 2.45. INSTRUCTIONS SOLICITATION SCHEDULE Issue Request for Qualifications May 23, 2014 Deadline for Written Questions May 30, 2014 at 5:00 P.M. CDT Issue Responses to Questions/Final Addendum June 6, 2014 at 5:00 P.M. CDT RFQ Response Due June 20, 2014 by 3:00 P.M. CDT GCC reserves the right to revise the above schedule. Notice of date changes will be posted to the GCC website - http://www.gulfcoastcenter.org/connecttransitnews.aspx All questions regarding the RFQ shall be submitted in writing by 5:00 P.M. CDT by the due date noted above. A copy of all questions submitted and GCC’s responses shall be posted on the GCC website - http://www.gulfcoastcenter.org/connecttransitnews.aspx. Questions shall be submitted to GCC’s RFQ Coordinator identified in the General Section of the RFQ. 6 All responses are due to GCC no later than 3:00 P.M. CDT on the date noted above. The envelope or package must show the return address, solicitation number, project title, and the following address: The Gulf Coast Center Attn: James Hollis 4352 E.F. Lowry Expressway Texas City, Texas 77591 RESPONSES Any response that is received at the address above after the time and date established above is a late response and will not be considered. All such responses will be returned unopened to the Respondent via direct mail. Any response that is not signed is not a valid response and will not be accepted. If a response is submitted in which there is a material failure to comply with specification requirements, such response will be rejected. GCC makes no warranty or guarantee that an award will be made as a result of this RFQ. GCC also reserves the right to waive informalities or defects in responses, excluding mandatory requirements, or to accept such responses as it shall deem to be in the best interest of GCC. The opening of a response shall not be construed as GCC’s acceptance of the Respondent’s qualification or responsiveness. All Respondents shall: 1. If applicable, be licensed, permitted and/or registered to do business in the State of Texas or provide a commitment to become licensed, permitted and/or registered in Texas within thirty (30) calendar days of being selected as the successful Respondent. 2. Are firms, corporations, individuals or partnerships normally engaged in the qualifications specified here in. 3. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to GCC. 4. Identify any subcontractors to be used for this project including experiences, qualifications and references for each subcontractors. GCC reserves the right to approve or disapprove all subcontractors prior to any work being performed. Addenda: GCC reserves the right to modify, waive any formalities or minor technical inconsistencies and delete any requirement, excluding mandatory requirements, from this RFQ prior to the date and time of the response deadline. Any modifications, waivers, interpretations, corrections or changes to the RFQ shall be made by written addenda. Sole issuing authority of addenda shall be vested in the RFQF Coordinator. Addenda shall be sent to all who are known to have received a copy of the RFQ. All such addenda become, upon issuance, an inseparable part of the RFQ, and must be met for the Respondent’s response to be considered. All Respondents 7 shall acknowledge receipt of all addenda by completing Exhibit F, Acknowledgement of Addenda, and submitting the acknowledgement with Respondent’s response. Content: Representations made by Respondent within its response will be binding. Any response that fails to comply with the requirements contained in this RFQ may be rejected by GCC. Preparation: GCC will not be liable for any costs incurred by any Respondent in preparing a response to this RFQ. Respondents submit responses at their own risk and expense. All responses and their accompanying documentation will become the property of GCC. CONTRACT NEGOTIATIONS In establishing a Contract as a result of the solicitation process, GCC may: 1. Review all responses and determine which Respondents are reasonably qualified for award; 2. Determine the Respondent whose response is most advantageous to GCC considering the evaluation criteria; or 3. Attempt to negotiate with the most qualified Respondent a Contract at fair and reasonable terms, conditions and cost. If negotiations are successful, enter into a Contract. If negotiations are not successful, formally end negotiations with that Respondent. GCC may then select the next most highly qualified Respondent and attempt to negotiate a Contract at fair and reasonable terms, conditions and cost with that Respondent. GCC shall continue this process until a Contract is entered into or all negotiations are terminated. CONTRACT AWARD The successful Respondent will be required to execute a Contract with GCC, which finalizes the terms and conditions set forth in the requirements of this RFQ and the successful Respondent’s response. No award can be made until the GCC Board of Trustees considers and approves execution of the Contract. Split awards may be made at the sole discretion of GCC. PROTESTS Any interested party who is aggrieved in connection with the solicitation, evaluation, or award of a Contract may file a protest with the Transportation Director of GCC (Manager) and appeal any adverse decision to the Director of Finance of GCC (Director). Such protest must be in writing and submitted to the Manager as follows: Pre-Award Protests: Protests pertaining to the terms, conditions or proposed form of procurement must be received by the Manager within five (5) business days prior to the date established for the receipt of responses. Untimely, or late protests, will not be considered, unless 8 the Manager concludes that the issue(s) raised by the protest involves fraud, gross abuse of the procurement process, or otherwise indicates substantial prejudice to the integrity of the procurement system. Post-Award Protests: Protests concerning award decisions, including response evaluations, must be received by the Manager within five (5) business days after award has been made and recognized by GCC Board of Trustees. Untimely, or late protests, will not be considered, unless the Manager concludes that the issue(s) raised by the protest involves fraud, gross abuse of the procurement process, or otherwise indicates substantial prejudice to the integrity of the procurement system. Interested Parties: For the purposes of this procedure, “interested parties” shall be defined as follows: 1. For Pre-Award Protests concerning the terms, conditions or form of a proposed procurement, any prospective Respondent whose direct economic interest would be affected by the award, or failure to award an Contract. 2. For Post-Award Protests concerning award decisions, only those actual Respondents, who have submitted a response to this solicitation and who, if their complaint is deemed by GCC to be meritorious, would be eligible for selection as the successful Respondent for award of a Contract. All formal protests shall be signed, notarized and reference the following: 1. Name, address and telephone number of the interested party; 2. Solicitation number and title; 3. Specific statutory or regulatory provision(s) that the action under protest is alleged to have violated; 4. Specific description of each act alleged to have violated the statutory or regulatory provision(s) identified above; 5. Precise statement of facts; 6. Identification of the issue(s) to be resolved; and 7. Argument and authorities in support of the protest. The Manager shall have the authority, prior to any appeal to the Director, to settle any dispute and resolve the protest. The Manager may solicit written responses regarding the protest from other interested parties. If the protest is not resolved by mutual agreement, the Manager will issue a written determination on the protest. If the Manager determines that no violation of rules or statutes has occurred, he shall so inform the protesting party, and at his discretion, other interested parties by letter which sets forth the reasons for the determination. 9 If the Manager determines that a violation of the rules or statutes has occurred and a Contract has not yet been awarded, he shall so inform the protesting party, and at his discretion, other interested parties by letter which sets forth the reasons for the determination and the appropriate remedial action. If the Manager determines that a violation of the rules or statutes has occurred and a Contract has been awarded, he shall so inform the protesting party, and at his discretion, other interested parties by letter which sets forth the reasons for the determination which may include ordering of the Contract void. If the protest is not resolved by mutual agreement, the Manager will issue a written determination on the protest. FTA: The FTA may review protests that allege GCC failed to follow the protest procedures herein and may review or refer protests that allege violation of federal, state and local law or regulation. The interested party must file the protest in accordance with FTA Circular 4220.1F, Third Party Contracting Guidance Appeals: The Manager’s determination on a protest may be appealed to the Director. An appeal to the Director must be received no later than ten (10) business days after the date of the written determination issued by the Manager, and be addressed as stated above in this procedure except, Attn: Rick Elizondo, Chief Financial Officer, and sent via certified mail. The appeal shall be limited to a review of the determination made by the Manager. The Director will review the protest, the Manager’s determination, any responses from interested parties, and the appeal, and prepare a written response to the protesting party. The Director's response shall be the final administrative action taken by GCC. Any protest and/or appeal submitted must follow these procedures or it will be returned without action. REQUEST FOR QUALIFICATIONS In accordance with Texas Government Code 2254.004, GCC is seeking the services of a consultant or consultant team (Consultant) to assist with a variety of financial, planning, design, and project development activities. GCC anticipates contracting for a five (5) year service period from the date of contract execution. The Respondent and subcontractors should possess extensive knowledge of federal and state transportation programs and the congressional and federal provisions which support same. The successful Respondent must demonstrate significant experience in the following areas: 1. Federal and State Grant Application and Support 10 2. 3. 4. 5. 6. 7. 8. 9. Federal and State Grant Management and Compliance Technical Services Support Utilization of Innovative Federal Tools and Finance Mechanisms Procurement and Project Administration Facility Development & Design and Engineering Services Construction Phase Design, Administration, and Management Services Legal, Legislative and Intergovernmental Support If the Respondent is a consultant team, then the lead consultant on the Respondent team must have demonstrated the ability to manage multi-disciplinary consultant teams. SUBMISSION Statements of Qualifications are due as shown above in the Solicitation Schedule. Any qualifications received after this date and time will not be considered. All submittals must include the following forms, which can be found at the end of this RFQ, with their submission: 1. Certification of Insurance (See Exhibit A) 2. Conflict of Interest Questionnaire (See Exhibit C) 3. Federal Certifications a. Lobbying Certification (See Exhibit F) b. Government-wide Suspension and Debarment Certification (See Exhibit G) c. DBE Form 1 – Respondent/Contractor Certification (See Exhibit H) d. DBE Form 2 – DBE and SBE Subcontractor Certification(See Exhibit I) Submit the Statements of Qualifications to: ATTN: James Hollis, M.A. Transportation Director Gulf Coast Center/Connect Transit 4352 E.F. Lowry Expressway Texas City, TX77591 ADDITIONAL CONTACT INFORMATION Questions may be submitted only in writing to Mr. James Hollis at JamesH@gulfcoastcenter.org until May 30, 2014, at 5:00 P.M. CDT. Answers to questions will only be posted by written addendum to this solicitation at http://gulfcoastcenter.org/connecttransitnews.aspx; no individual verbal responses will be provided. Please send an e-mail to Mr. Hollis as soon as possible expressing your firm or team’s interest in this project to ensure that you receive answers to questions, addenda, updates, or changes that may be issued during the course of this solicitation. 11 ELECTRONIC FORMAT OF RFQ This RFQ and subsequently issued addenda can be accessed at http://gulfcoastcenter.org/connecttransitnews.aspx. TECHNICAL EXPERTISE Work to be performed under a contract resulting from this RFQ shall consist of various planning, administrative, technical, engineering, design, construction administration and management services related to the enhancement and implementation of GCC’s public transportation services. GCC maintains the right to negotiate with the selected team or firm for any of the following technical areas from the executed date of the contract until contract expiration or termination. The team or firms selected under this RFQ must demonstrate expertise in the following technical areas: FEDERAL AND STATE GRANT APPLICATION SUPPORT Consultant or consultant team (Respondent) must demonstrate substantial experience in the development of data and information to assist GCC in requests for funding from state and federal agencies to support transit and mobility programs. Respondent must demonstrate thorough knowledge of various federal and state grant programs including the following: Federal Transit Administration (FTA) Section 5307, 5339, 5310, 5311, and other funding categories; Federal Highway Administration (FHWA) Surface Transportation Program-Metropolitan Mobility (STP-MM) and Congestion Mitigation and Air Quality Program (CMAQ); Housing and Urban Development Community Discretionary Block Grant (CDBG) ; Environmental Protection Agency grant programs and regulations; Department of Labor protection provisions; Federal and State Historic Preservation Office requirements; Grant programs administered by the Metropolitan Planning Organization (HoustonGalveston Area Council); and Texas Department of Transportation grants programs and regulations. FEDERAL AND STATE GRANT MANAGEMENT AND COMPLIANCE Respondent must demonstrate extensive experience in grant management and oversight. Areas of expertise may include, but are not limited to: Triennial Review Assistance ADA-Paratransit Program Oversight Civil Rights Compliance Disadvantaged Business Enterprise Requirements and Monitoring 12 Limited English Proficiency Requirements of Title VI of the Civil Rights Act of 1964 Equal Employment Opportunity National Transit Database Reporting Pending FTA Safety and Assets Management Requirements Construction Compliance with Federal Requirements TECHNICAL SERVICES SUPPORT Respondent must demonstrate substantial experience in the provision of technical professional services in the followingareas: Advanced Planning (AP) Studies– AP for federal and state funded transportation facilities to include park and ride, inter‐modal terminals, parking facilities, administrative transit facilities, operations and maintenance facilities, and bus rapid transit and commuter rail systems. Specific expertise must be demonstrated in the following areas: o o o o o o o Transit Planning and DemandAnalysis Architectural Renderings Traffic Analysis Parking Demand Analysis Capital Cost Estimating Value Engineering of Capital Development Plans Operating Cost Analysis Environmental Analysis Preparation–Respondent must demonstrate experience in the preparation of documentation to meet federal and state Environmental Analysis requirements associated with the development of transit and mobility facilities as required by the United States Department of Transportation (U.S.DOT), and the State of Texas. Land Acquisition and Relocation Assistance Requirements – Respondent must be familiar with federal and state requirements regarding the acquisition of land for transportation facility development. Respondent must have demonstrated experience in the application and utilization of the federal relocation assistance program for residences and businesses impacted by federal and state programs. Respondent must include appraisal services or a plan for addressing appraisal needs in compliance with federal requirements. Financial Capacity Analysis –Respondent must have demonstrated experience in the development of financial analyses which support projections of funding requirements associated with the operation of transportation programs, transit systems, capital development and capital replacement, etc. 13 UTILIZATION OF INNOVATIVE FEDERAL TOOLS AND FINANCE MECHANISMS Respondent must demonstrate experience with the use and application of innovative federal tools in the following areas: Public–Private Partnerships–Respondent must indicate its knowledge of tools available at the federal and state levels to encourage public–private partnerships which support the development and operation of transit and mobility facilities. Value Capture–Respondent must demonstrate practical experience in the utilization of land and other local value sources to match and leverage federal and state funds to support transit facility development and operation. Federal Transit Administration (FTA) Livable Community Initiative (LCI) program–Respondent must demonstrate a working knowledge of the FTALCI program and application in the areas of sustainability, economic development, and pedestrian– transit connectivity. Letter of No Prejudice (LONP)–Respondent must demonstrate experience, knowledge, and success in the utilization of the FTA LONP process to capture local value to support the development of transportation infrastructure, and to protect local expenditures which are eligible for federal reimbursement. Transportation Development Credits (TDC)–Respondent must be familiar with the application of State Transportation Development Credits and the utilization to support the local share of federally funded transit capital grants. Capital Leasing Provisions and Requirements–Respondent must have experience in the application of federal Capital Leasing provisions and the justification to support this approach versus traditional capital development programs. FTA Joint Development Provisions–Respondent must have demonstrated experience in using FTA Joint Development provisions and developing the support documentation to justify joint use space for compatible private sector activity, as well as the appropriate legal instrument to secure joint development partners. PROCUREMENTAND PROJECT ADMINISTRATION Respondent must express knowledge of and experience with the application and suitability of various federal and state procurement methods including the development of Requests for Qualifications, Requests for Proposals, Construction Management at Risk, Design–Build construction contracts, etc. Respondent must also demonstrate experience in all aspects of contract development, design oversight, construction administration and management, projectrelated grant management and reporting, and federal and state compliance. Respondent must also demonstrate experience and knowledge of and experience with the application and suitability of various federal and state procurement methods, and pre-award audits, production inspection, post-award audits, acceptance and inspection and project close-out for rolling stock. 14 CONSTRUCTION PHASE DESIGN, ADMINISTRATION, AND MANAGEMENT SERVICES Respondent must demonstrate experience with facility development and design services in the following areas: Survey–Provide surveying as needed to support design and civil engineering needs of capital projects. Geotechnical – Provide materials testing as needed to support design of pavements, foundations, and related capital facilities. Value Engineering–Provide services of a certified value engineering team for proposed capital projects that exceed the FTA value engineering threshold or would otherwise provide important cost-effectiveness insights. Corridor Access Management Improvements –Provide planning and design services on arterial corridors to facilitate efficient traffic flows, pedestrian safety and beautification. Capital Facility Design–Provide design services including architectural, civil engineering, MEP, interiors, and other disciplines as needed for proposed capital projects. Capabilities should encompass schematic design, preliminary engineering, design development, final design, and construction documents, as needed. Bidding Assistance–Prepare independent cost estimates and bid packages for proposed capital projects, advertise for bids, prepare addenda, as needed, provide bid tabulations, investigate background of bidders, conduct evaluation of bid criteria and interviews of bidders, if non-traditional procurement method is used, and provide recommendation for award of bid. Fully document compliance with FTA procurement requirements. Construction Phase Services–Provide construction phase design services (periodic inspection, construction meetings, submittal review and prepare change orders, as needed), day-to-day construction management, and compliance with FTA construction requirements including DBE and DBA. LEGAL, LEGISLATIVE ANDINTERGOVERNMENTAL SUPPORT Respondent must demonstrate experience in providing legal, legislative and intergovernmental client support services in the following areas: Congressional, federal and state legislative processes; Congressional Transportation Authorization and Appropriation process; State of Texas Legislature activities related to transportation; Houston-Galveston Area Council's Regional Transportation Plan processes including but 15 not limited to submittal of projects to Transportation Improvement Program (TIP) and State of Texas TIP (STIP); and Drafting legally binding documents including but not limited to long-term ground lease, and inter-local agreements. STATEMENT OF QUALIFICATIONS The statement of qualifications is limited in length to twenty (20) 8½ x 11 inch pages, Times New Roman 12 point font, single sided. Additional attachments or appendices are described in Section G. Five (5) complete hard copies and 1 digital version (CD or USB drive) required. Sections should contain the following information, labeled as noted, and in the following order: A. Cover Letter A cover letter shall summarize key qualification of the lead consultant. It shall identify the lead firm, sub consultants, and use of Texas Department of Transportation (TxDOT) - Unified Certification Program (UCP) participating Disadvantaged Business Enterprises (DBE's). It shall be signed by a person(s) authorized to legally bind the Respondent. B. Demonstrate the firm(s) qualifications to satisfy all of the technical areas identified in the section “Technical Expertise” above. Outline the Respondent’s general management approach and experience addressing the “Technical Expertise” areas listed above. Since federal and local funds for this project are limited, the respondent must place an emphasis on providing cost-effective strategies for planning, designing and administering enhanced public transit services and infrastructure. If applicable, lead firm must describe each of the subcontractor’s respective roles in satisfying the technical areas listed above. C. Experience with Similar Projects Lead firm must demonstrate relevant experience managing the types of services solicited in this RFQ. The lead firm must provide at least three (3) relevant projects; including a brief summary of each project as related to the Technical Expertise listed above, the services provided, the project location, reference information (including client name, address and telephone number, and current key contact person).If applicable, demonstrate relevant experience of each subcontractor on three (3) relevant projects with three (3) references. Projects and references must be related to expertise the subcontractor provides to satisfying the Technical Expertise listed above, must be included in Section G, Supporting Documentation section, as described below. 16 D. Experience in the Houston-Galveston Region and GCC Service Area Respondents should demonstrate experience with similar projects within the Houston-Galveston Region and within the GCC service area. E. Experience with State and Federal Funded Public Transportation Projects and Programs Respondents should demonstrate knowledge and experience of the congressional, federal and state processes, which authorize and appropriate funding to support state and federal funded public transportation projects and programs. Briefly describe projects that were successful due to Respondent’s knowledge and expertise of congressional, federal and state processes. F. Key Personnel Respondents should provide an organizational chart of the project team, key team members, and any sub-consultants, with a description of the specific responsibilities of each person relative to the Technical Expertise areas listed above. Resumes for key team members (not to exceed one page per person) may be included in Section G, Supporting Documentation section, as described below. G. Supporting Documentation This section includes additional information. Respondents must include the following information and forms, which can be found at the end of this RFQ, with their submission: 1. If applicable, description of Technical Expertise for each subcontractor (limit of one page per firm). 2. If applicable, three (3) relevant project summaries for each subcontractor, as described above (limit of one page per firm). 3. If applicable, three (3) references for each subcontractor, as described above (limit of one page per firm). 4. Resumes of Key Personnel (limit of one page per person). 5. Certification of Insurance (See Exhibit A) - Lead Consultant. 6. Conflict of Interest Questionnaire (See Exhibit C) – Lead Consultant and Subcontractor(s), if applicable. 7. Federal Certifications a. Lobbying Certification (See Exhibit F) -Lead Consultant. b. Government-wide Suspension and Debarment (See Exhibit G)–Lead Consultant and Subcontractor(s) (if applicable) c. DBE Respondent/Contractor Certification (See Exhibit H)–Lead Consultant and Subcontractor(s), if applicable. 17 d. DBE or SBE Subcontractor Certification (See Exhibit I) - Lead Consultant and Subcontractor(s), if applicable. SELECTION CRITERIA GCC will rank responses based on the selection criteria listed below. GCC reserves the right to interview respondents as a part for the evaluation processes. Score Criteria (Max. 100) Ability to satisfy all the technical areas identified in the section “Technical Expertise” 30 Knowledge and experience with similar projects 20 Knowledge and experience with similar projects in the Houston-Galveston Region and GCC Service Area 20 Demonstrated success in the planning, design, and development of state and federal funded public transportation programs. 20 Experience of the key personnel assigned to provide the “Technical Expertise” delineated within this RFQ. 10 18 EXHIBIT A – MINIMUM INSURANCE REQUIREMENTS The lead respondent/contractor shall, at all times during the term of this contract, maintain insurance coverage with not less than the type and requirements shown below. Such insurance is to be provided at the sole cost of the respondent/contractor. These requirements do not establish limits of the respondent/contractor's liability. All policies of insurance shall waive all rights of subrogation against GCC, its officers, employees and agents. Upon request, certified copies of original insurance policies shall be furnished to GCC. GCC reserves the right to require additional insurance should it be deemed necessary. A. Workers' Compensation Employer’s Liability, including all states, U.S. Longshoremen, Harbor Workers and other endorsements, if applicable to the Project. Statutory, and Bodily Injury by Accident: $100,000 each employee. Bodily Injury by Disease: $500,000 policy limit $100,000 each employee. B. Commercial General Liability Occurrence Form including, but not limited to, Premises and Operations, Products Liability Broad Form Property Damage, Contractual Liability, Personal and Advertising Injury Liability and where the exposure exists, coverage for watercraft, blasting collapse, and explosions, blowout, cratering and underground damage. C. $300,000 each occurrence Limit Bodily Injury and Property Damage Combined $300,000 Products-Completed Operations Aggregate Limit $500,000 Per Job Aggregate $300,000 Personal and Advertising Injury Limit. GCC shall be named as "additional insured" on commercial general liability policy. Automobile Liability Coverage: $300,000 Combined Liability Limits. Bodily Injury and Property Damage Combined.GCC shall be named as "additional insured" on automobile policy. EXHIBIT B –GCC BUSINESS CODE OF CONDUCT GCC Business Code of Conduct Mission, Visions and Values Mission “To enable and empower individuals and families to live quality lives.” Visions Improve the overall quality of services to persons served with mental illness, intellectual and developmental disabilities, and substance use disorders. Expand services to meet the needs of those with mental illness, intellectual and development disabilities, and substance use disorders that are unserved or underserved. Promote positive work environments in which staff and volunteers work with pride, integrity and commitment, and are valued for their individual worth and contribution. Promote effective leadership and management at all levels so as to improve services and earn public confidence and support. Improve public understanding of mental illness, intellectual and development disabilities, and substance use disorders, and of GCC’s responsibility and/or role to persons with these disabilities Build and support positive relationships with consumers, families, advocacy groups, higher education, other public agencies, and the private sector to better serve persons with mental illness, intellectual and development disabilities, and substance use disorders. Operate a financially healthy and stable organization to ensure a growing array of services to those persons we serve. Values Individual Worth: GCC affirms that the individuals served share with all persons common human needs, rights, desires, dignity, and strengths. GCC celebrates cultural and individual diversity. Quality: GCC commits itself to the pursuit of excellence in everything it does. Integrity: The people of GCC believe that personal and professional integrity is the basis of public trust. Dedication: GCC takes pride in its commitment to public service and to the people it is privileged to serve. Innovation: GCC is committed to developing an environment that inspires and promotes innovation, fosters dynamic leadership, and rewards creativity among its staff, volunteers, and the people served. I. Statement of Purpose. GCC employees, contract providers and volunteers will exhibit behavior based on honesty, integrity and a sense of fairness. It is the responsibility of these individuals to maintain the highest standard of legal and ethical behavior. This includes complying with all local, state and federal laws and regulations designed to assure adequate and appropriate care and taking timely and responsive positive action to prevent or correct any improper or inappropriate acts. GCC's Board of Trustees and Management are committed to providing avenues through which ethical issues may be raised, reviewed and resolved openly and honestly. II. Ethical Standards. The business conducted by GCC will be delivered in an environment with the highest ethical, legal and professional standards. Honesty, integrity and impartiality will be demonstrated when dealing with GCC customers, providers, vendors, regulators, competitors, community and employees. In addition, any individual who is professionally licensed shall adhere to the code of ethics of that profession. The Board of Trustees, employees, contract providers and volunteers will make every effort to avoid even the appearance of illegal, unethical or unprofessional conduct. (Policy reference 4.4) III. Leadership Responsibilities. While all GCC employees, contract providers and volunteers are obligated to follow the Code of Conduct, we expect our leaders to set the example, to be in every respect a role model. They must ensure that those on their team have sufficient information to comply with laws, regulations and policies; as well as the resources to resolve ethical dilemmas. They must help to create a culture within GCC which promotes the highest standards of ethics and compliance. The culture must encourage everyone in the organization to share concerns when they arise. We must never sacrifice ethical and compliant behavior in the pursuit of business objectives. IV. Conflict of Interest / Outside Business and Financial Interests. A conflict of interest may occur if outside activities or personal interests influence or appear to influence objective decision making in the course of GCC-related responsibilities and duties. A conflict may also exist if the demands of any outside activities hinder or distract your job performance or cause you to use GCC resources for other than GCC purposes. Employees and contract providers are expected to exhibit professional loyalty to GCC. Employees and contract providers are expected to avoid conflicts of interest and opportunities for personal gain for themselves individually, members of their immediate families and others which may impede their best judgment. (Policy reference 13.5) The following are guidelines for Board of Trustees, employees and contract providers regarding interests outside of the business conducted by GCC: A. Employees, or members of their respective families and contract providers, should not have substantial financial or business interest with a competitor, customer or supplier of GCC without first reviewing the nature of activity with the GCC's legal counsel. B. Each employee's employment should be his/her first business priority. Any other employment or business activity will be considered secondary and should not interfere with individual employee job performance and responsibilities. Approval for secondary employment requires the approval of GCC's Executive Director. (Policy reference 13.51) V. Gifts and Favors. The following are expectations of employees, contract providers and volunteers (Policy references 13.55, 13.56): A. Employees working under DSHS Substance Use Disorder guidelines and programs may not accept gifts of any kind. B. In compliance with all applicable federal and state laws, GCC employees may not accept or solicit any gift or benefit that one may reasonably believe was given to influence a decision(s) regarding care of an individual, to secure preferential treatment or regarding purchases, contracts or any discretionary decision concerning expenditure or use of GCC assets. Under no circumstances may cash be accepted as a gift from an individual in services to a GCC employee. Consumers seeking to make a cash donation may be advised to make the intended cash donation to a charitable organization (which may be GCC). The following are not prohibited by this policy: A. Token Gifts which are items with a value of less than $50, excluding cash or a negotiable instrument, if it was not given in exchange for any exercise of the employee’s duties. Therefore, commercially produced or purchased gifts to a GCC employee by an individual in services or vendor shall not be accepted if the fair market value of the gift exceeds $50.00. B. Gifts from family and close friends if there is an established independent relationship that is not related to status or work of a GCC employee. C. Gifts from other business associates with whom the GCC employee has an independent business relationship that is not related to the employee’s duties at GCC. VI. Compliance. The following are guidelines for compliance with this GCC’s Compliance Plan, including the Business Code of Conduct (Policy reference 5.4): A. Employees, contract providers and volunteers are committed to complying with all federal and state laws and regulations, with an emphasis on preventing fraud and abuse. B. GCC will conduct audits and other risk evaluations to monitor compliance and assist in the reduction of identified problem areas. C. GCC will maintain processes to: 1) Detect Medicaid/Medicare or other third party payer compliance offenses; 2) Initiate corrective and preventive action; 3) Report to appropriate oversight authorities, both professional and regulatory, when appropriate; and 4) Address consequences for employees, contract providers and volunteers for failure to comply with standards, policies and procedures. D. Employees, contract providers and our volunteers are committed to ensuring the privacy of our consumer/clients’ protected health information. We are committed to compliance with all privacy and security rules relating to the Health Insurance Portability and Accountability Act (HIPAA), along with other federal and state laws that are integral to matters of privacy, medical records, confidentiality of communications and identity theft protection of those we serve GCC shall maintain a process to monitor and detect flags for potential identity theft identity theft; appropriately notify those affected and/or those required to be notified by law; and initiate corrective action plans or improvement projects as appropriate. VII. Accounting and Reporting. It is GCC policy to maintain and submit accurate and honest records related to all billing or reporting, including Medicare and Medicaid, and to comply with all laws and regulations relating to Medicare or Medicaid. All employees who document any service shall do so honestly, describing the services actually rendered. Each employee and contract provider will ensure the integrity of GCC by accurately and truthfully recording all corporate information, accounting and operational data through strict adherence to established accounting and business procedures. (Policy reference 14.2) VIII. Corporate Resources. Each employee, contract provider, intern and volunteer is expected to use corporate resources economically and safeguard corporate assets at all times. Care should be taken to treat GCC resources as if they were your own, or better. It is the responsibility of each employee, contract provider and volunteers to preserve GCC’s assets including time, materials, supplies, equipment, computers, electronic communications devices, and information. GCC’s assets are to be maintained for business related purposes. As a general rule, the personal use of any GCC asset without the prior approval of your supervisor is prohibited. The occasional use of items such as copiers, fax machines, printers or facility phones for local personal calls, where the cost to GCC is insignificant, is permissible. The postage machine is never available to employees, contract staff, interns or volunteers for personal use. Specific policies/procedures should be referenced for proper use of other GCC resources such as gasoline credit cards, GCC vehicles, and GCC-issued electronic communications devices. Any community or charitable use of GCC resources must be approved in advance by your supervisor. Any use of GCC resources for personal financial gain unrelated to the organization’s business is prohibited.(Policy reference 13.41) IX. Political Activities. As good citizens, each employee and contract provider is encouraged to participate in the political process. The GCC must, however, ensure that employee and contract provider's political activities and contributions do not appear to represent the opinion of GCC. Individuals can support political candidates as they so choose using their own personal resources. A. Only the members of GCC’s Board of Trustee’s may engage in attempting to influence decisions of state and local officials.GCC staff members are prohibited from lobbying on behalf of GCC. B. Staff and GCC Trustees can provide professional opinions, testimony, and input to local and state officials – including State Boards – when invited to participate by the official(s) or participating in political local forums. C. Any and all expenses associated by GCC in an effort to inform or influence should come from unrestricted local funds. X. Confidentiality. Confidential information including GCC strategies, operations and clinical data is a valuable asset. Each employee, contract provider and volunteer is expected to diligently safeguard all GCC records deemed confidential including information about GCC consumers and their families; internal operations; and fellow employees and contract providers as described in GCC policy and/or federal and state law (including the Texas Open Records Act). (Policy 2.5,9.3 & 13.54) Although you may use confidential information to perform your job, it must not be shared with others unless the individual(s) have a legitimate, within the limits of the law, need to know the information and have agreed to maintain confidentiality or you have a signed authorization for release signed by the person who can invoke the right. Employees may not access the confidential information of relatives, in-laws, friends or acquaintances unless there is both a legitimate need to know and appropriate procedures are followed. When or if your relationship with GCC ends for any reason, you are still bound to maintain the confidentiality of information viewed during your time with GCC. XI. Employee Relations/Professional Conduct. Each employee is expected to perform assigned tasks in a reliable and cooperative manner and treat each other with mutual respect, dignity and trust. Examples of prohibited behavior include: A. Threatening or abusive behavior B. Arguing C. Fighting D. Harassment Each employee has the right to work in an environment free of harassment and disruptive behavior. Harassment will not be tolerated. Degrading or humiliating jokes, slurs, intimidation, or other harassing conduct is not acceptable in our workplace. (Policy reference 13.61) 1) Harassment could be related to race, creed, color, sex, sexual orientation, national origin, ancestry, citizenship status, marital status, pregnancy, age, medical condition, handicap and/or disability. 2) Verbal or physical conduct of a sexual nature that interferes with an individual’s work performance or creates an intimidating, hostile, or offensive work environment has no place at GCC. 3) As part of GCC’s commitment to staff safety, GCC has a No Weapons policy. Individuals who enter GCC facilities and vehicles are banned from carrying weapons including guns, explosive materials, switch blades, and a host of other items deemed as weapons per the policy. Each employee is expected to conduct themselves in a professional manner and maintain a professional and businesslike relationship with co-workers, supervisors and persons served. Examples of professional conduct include but are not limited to the following: A. Appropriate dress (See GCC Dress Code) B. Punctuality in reporting to work C. Answering and returning business calls in a timely manner D. Limiting use of personal communication devices during work hours E. Maintaining confidences by not repeating personal or privileged information F. Completing assigned duties without dishonesty, fraud, deceit or misrepresentation Although GCC is not concerned with conduct and actions of employers during nonwork hours, off duty conduct may become a legitimate concern when it has the potential of impacting agency operations. Such off-duty conduct may result in appropriate disciplinary action against the employee concerned. Examples of off duty conduct which may have ramifications at work include inappropriate social media posts, illegal behavior, and other behavior and conduct that is in conflict with GCC’s mission, vision, and values. XII. Customer Focus and Consumer/Client Relations. Each employee’s primary responsibility is to the consumer/client, making every reasonable effort to advance the welfare and best interests of those individuals and families. Because GCC consumers/clients are the primary focus of every activity, each employee and contract provider will be committed to continually improving our products, services and cost competitiveness to meet the individual needs of GCC consumers. Employees must conduct themselves in a positive and courteous manner toward consumers/clients. All consumers/clients are treated in a manner that preserves their dignity, respect, autonomy, self-esteem and civil rights. Mistreatment in any form is a matter of concern at all supervisory levels and will not be tolerated. Each individual has the right to be involved in his/her own care. It is the responsibility of each employee and contract provider to ensure that consumers’/clients' rights are protected. To that end, each employee and contract provider must familiarize themselves with consumer/client rights set forth in the policy and procedure manual and the rights protection handbook. Consumer/clients, or when appropriate the consumer/client’s LAR, shall be informed of their rights in advance of, during and upon discontinuation of care. GCC will maintain processes to support consumer/client rights in a collaborative manner which includes staff and others. These structures are based on policies and procedures, which make up the framework addressing both consumer/client care and organizational ethics issues. Additionally, GCC has established processes for prompt resolution of consumer/client complaints/grievances which include informing individuals of whom to contact regarding complaints, and informing individuals regarding the complaint resolution.GCC employees, contract staff and volunteers will receive training about consumer/client rights in order to clearly understand their role in supporting them. (Policy references 2.1, 2.2, 2.5 & 2.6) XIII. Controlled Substances. To protect the interests of our employees and consumers/clients, we are committed to an alcohol and drug-free work environment. All employees must report for work free of the influence of alcohol and illegal drugs. Reporting to work under the influence of any illegal drug or alcohol; having an illegal drug in your system; or using, possessing, or selling illegal drugs while on GCC property may result in immediate termination. We may use drug testing as a means of enforcing this policy. The illegal use or possession of any controlled substance is unacceptable and will not be tolerated. These acts are illegal and jeopardize the safety of employees, contract providers and consumers/clients; and reduce productivity, reliability and trustworthiness. (Policy references 13.65 & 13.69) XIV. Reporting Misconduct. To obtain guidance on an ethics or compliance issue or to report a suspected violation, you may choose from several options. We encourage the resolution of issues, including human resources-related issues at the program level whenever possible. It is an expected good practice, when you are comfortable with it and think it appropriate under the circumstances, to raise concerns first with your supervisor. If this is uncomfortable or inappropriate, another option is to discuss the situation with GCC’s Corporate Compliance Officer or Director of Legal Services, as appropriate. GCC will make every effort to maintain, within the limits of the law, the confidentiality of the identity of any individual who reports possible misconduct. There will be no retribution or discipline for anyone who reports a possible violation in good faith. Any colleague who deliberately makes a false accusation with the purpose of harming or retaliating against another employee, contract provider or volunteer will be subject to disciplinary action. The following are obligations for reporting misconduct: A. Each employee, contract provider and volunteer is responsible for bringing to the attention of his/her GCC supervisor any situation that appears to be in violation of this Business Code of Conduct. Whether a violation is the result of an innocent mistake or planning and intent, it is important that all employees take responsibility for bringing the violation to the attention of someone who can correct the situation. B. Supervisors will suggest appropriate action and contact the GCC Compliance Officer in accordance with GCC policy and the corporate Compliance Plan 1) If it is inappropriate to discuss the issue with an immediate supervisor, the employee may raise the issue directly with the GCC Compliance Officer or appropriate Executive Management staff. 2) If necessary, the issue may be brought to the attention of the GCC Executive Director. 3) Reporting of violations will remain confidential to the extent possible unless otherwise obliged by professional code of conduct, state or federal law. Employees, contract providers and volunteers may, however, be required to substantiate any allegations of wrongdoing. 4) No employee, contract provider or volunteer will be punished or subjected to reprisal because he/she, in good faith, reports a violation of this Business Code of Conduct.GCC policy regarding retaliation will be adhered to in all such instances. 5) Employees who deliberately make false accusations will be subject to disciplinary action up to and including termination. XV. Risk Reporting A. Risk Identification/Incident Reports (RIR) will be completed and submitted on all unusual occurrences/incidents. An occurrence is defined as an unusual event which transpires in or on the premises of GCC. The event is considered unusual if the result was unexpected, unintended, undesirable, and/or departs from any other GCC policy and procedure and/or puts GCC in a position of liability or risk. B. RIRs will be completed and submitted to the Client Rights Officer within: 1) Twenty-four (24) hours if the incident involves abuse/neglect/ exploitation or some other rights violation, death of a consumer/client, or employee injury (workman’s comp). 2) Forty-eight (48) hours for all other incidents except those listed in XV.B.1 immediately above. C. A RIR will be completed by any person involved in or witnessing an incident or unusual occurrence. This incident or occurrence is to be immediately reported to the supervisor or manager of the person(s) completing the RIR. XVI. Conclusion. It is the responsibility of each employee, contract provider and volunteers to maintain the highest standards of business ethics. This includes taking positive action to prevent or correct any improper or inappropriate acts. The GCC Board of Trustees and Management are committed to providing avenues through which ethical issues may be raised, reviewed and resolved openly and honestly. EXHIBIT C - CONFLICTOFINTERESTQUESTIONNAIRE FORM CONFLICT OF INTEREST QUESTIONNAIRE CIQ For vendor or other person doing business with local governmental entity OFFICE USE ONLY This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). Date Received By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 EXHIBIT D – FEDERALLY REQUIRED CONTRACT CLAUSES 1. FLY AMERICA Does not apply to this contract. 2. BUY AMERICA Does not apply to this contract. 3. CHARTER BUS and SCHOOL BUS REQUIREMENTS Does not apply to this contract. 4. CARGO PREFERENCE REQUIREMENTS Does not apply to this contract. 5. SEISMIC SAFETY REQUIREMENTS a. The Respondent (lead firm)/Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. b. The Respondent/Contractor also agrees to ensure that all work performed under this contract including work performed work on new buildings or additions performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 6. ENERGY CONSERVATION a. As authorized by the State of Texas, The Texas State Energy Conservation Office (SECO) has adopted the most recent edition of the International Energy Conservation Code (IECC) without amendment for new buildings or additions only. The Respondent/Contractor shall design the facility in accordance with 2009 IECC. b. The Respondent/Contractor also agrees to include any applicable requirements in each subcontract involving construction of commercial buildings financed in whole or in part with Federal assistance provided by FTA. 7. CLEAN WATER a. The Respondent/Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Respondent/Contractor agrees to report each violation to GCC and understands and agrees that GCC will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. b. The Respondent/Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 8. BUS TESTING Does not apply to this contract. 9. PRE-AWARD and POST DELIVERY AUDIT REQUIREMENTS Does not apply to this contract. 10. LOBBYING a. Respondents/Contractors who apply for an award of $100,000 or more shall file the Certification Regarding Lobbying, required by 49 CFR Part 20, New Restrictions on Lobbying, with GCC. Each subcontractor shall file the Certification Regarding Lobbying with the Respondent/Contractor that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. b. The Respondent/Contractor and subcontractors shall also disclose any lobbying with nonFederal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from subcontractors to Respondent/Contractor to GCC. c. The certification regarding lobbying to be completed by the contractor and subcontractor(s) is provided in Exhibit G. 11. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this contract: a. GCC is an FTA Recipient in accordance with 49 C.F.R. 18.36(i).The Respondent/Contractor agrees to provide GCC, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Respondent/Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. b. The Respondent/Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. c. The Respondent/Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case the Respondent/Contractor agrees to maintain same until GCC, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 C.F.R. 18.39(i)(11). d. FTA does not require the inclusion of these requirements in subcontracts. 12. FEDERAL CHANGES a. The Respondent/Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between GCC and FTA, as they may be amended or promulgated from time to time during the term of this contract. The Respondent/Contractor’s failure to so comply shall constitute a material breach of this contract. b. The Respondent/Contractor also agrees to include any applicable requirements in each subcontract involving a federal change financed in whole or in part with Federal assistance provided by FTA. 13. BONDING REQUIREMENTS Does not apply to this contract. 14. CLEAN AIR a. The Respondent/Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Respondent/Contractor agrees to report each violation to GCC and understands and agrees that GCC will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. b. The Respondent/Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 15. RECYCLED PRODUCTS Does not apply to this contract. 16. DAVIS-BACON and COPELAND ANTI-KICKBACK ACTS Does not apply to this contract. 17. CONTRACT WORK HOURS and SAFETY STANDARDS ACT Does not apply to this contract. 18. RESERVED 19. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES a. GCC and the Respondent/Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to GCC, the Respondent/Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. b. The Respondent/Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 20. PROGRAM FRAUD and FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS a. The Respondent/Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, “Program Fraud Civil Remedies,” 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Respondent/Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Respondent/Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Respondent/Contractor to the extent the Federal Government deems appropriate. b. The Respondent/Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Respondent/Contractor, to the extent the Federal Government deems appropriate. c. The Respondent/Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 21. TERMINATION a. b. c. d. e. The contract may be terminated under the following conditions: Termination for Convenience. GCC may terminate this contract, in whole or in part, at any time by written notice to the Respondent/Contractor when it is in GCC's best interest. The Respondent/Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Respondent/Contractor shall promptly submit its termination claim to GCC to be paid the Respondent/Contractor. If the Respondent/Contractor has any property in its possession belonging to GCC, the Respondent/Contractor will account for the same, and dispose of it in the manner GCC directs. Termination for Default [Breach or Cause]. If the Respondent/Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Respondent/Contractor fails to perform in the manner called for in the contract, or if the Respondent/Contractor fails to comply with any other provisions of the contract, GCC may terminate this contract for default. Termination shall be effected by serving a notice of termination on the Respondent/Contractor setting forth the manner in which the Respondent/Contractor is in default. The Respondent/Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by GCC that the Respondent/Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Respondent/Contractor, GCC, after setting up a new delivery of performance schedule, may allow the Respondent/Contractor to continue work, or treat the termination as a termination for convenience. Opportunity to Cure.GCC in its sole discretion may, in the case of a termination for breach or default, allow the Respondent/Contractor thirty (30) days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If Respondent/Contractor fails to remedy to GCC's satisfaction the breach or default of any of the terms, covenants, or conditions of this contract within ten (10) days after receipt by Respondent/Contractor of written notice from GCC setting forth the nature of said breach or default, GCC shall have the right to terminate the contract without any further obligation to Respondent/Contractor. Any such termination for default shall not in any way operate to preclude GCC from also pursuing all available remedies against Respondent/Contractor and its sureties for said breach or default. Waiver of Remedies for any Breach. In the event that GCC elects to waive its remedies for any breach by the Respondent/Contractor of any covenant, term or condition of this contract, such waiver by GCC shall not limit remedies for any succeeding breach of that or of any other term, covenant, or condition of this contract. The Respondent/Contractor also agrees to include these requirements in each subcontract exceeding $10,000 financed in whole or in part with Federal assistance provided by FTA. 22. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION a. This contract is a covered transaction for purposes of 49 C.F.R. Part 29. As such, the Respondent/Contractor is required to verify that none of the Respondent/Contractor, its principals, as defined at 49 C.F.R. 29.995, or affiliates, as defined at 49 C.F.R. 29.905, are excluded or disqualified as defined at 49 C.F.R. 29.940 and 29.945. b. The Respondent/Contractor is required to comply with 49 C.F.R. 29, Subpart C and must include the requirement to comply with 49 C.F.R. 29, Subpart C in any lower tier covered transaction it enters into. c. The certification (Exhibit H) is a material representation of fact relied upon by GCC. If it is later determined that the Respondent/Contractor knowingly rendered an erroneous certification, in addition to remedies available to GCC, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The Respondent/Contractor agrees to comply with the requirements of 49 C.F.R. 29, Subpart C and Executive Order 12549 while this offer is valid and throughout the period of any contract that may arise from this offer. d. The Respondent/Contractor also agrees to include these requirements in each subcontract exceeding $25,000 financed in whole or in part with Federal assistance provided by FTA. 23. PRIVACY ACT Does not apply to this contract. 24. CIVIL RIGHTS REQUIREMENTS The following requirements apply to the underlying contract: a. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Respondent/Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Respondent/Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. b. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: i. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Respondent/Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,” 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, “Equal Employment Opportunity,” as amended by Executive Order No. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Respondent/Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Respondent/Contractor agrees to comply with any implementing requirements FTA may issue. ii. Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the Respondent/Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Respondent/Contractor agrees to comply with any implementing requirements FTA may issue. iii. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Respondent/Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, “Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Respondent/Contractor agrees to comply with any implementing requirements FTA may issue. c. The Respondent/Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 25. BREACHES AND DISPUTE RESOLUTION GCC’s breach and dispute resolution requirements are as follows: a. Disputes - Disputes arising in the performance of this contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of GCC's Chief Financial Officer This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Respondent/Contractor mails or otherwise furnishes a written appeal to the GCC’s Director Legal Affairs. In connection with any such appeal, the Respondent/Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of GCC shall be b. c. d. e. f. 26. binding upon the Respondent/Contractor and the Respondent/Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by GCC, Respondent/Contractor shall continue performance under this contract while matters in dispute are being resolved. Claims for Damages - Should either party to the contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between GCC and the Respondent/Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which GCC is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by GCC or the Respondent/Contractor shall constitute a waiver of any right or duty afforded any of them under the contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing. The Respondent/Contractor also agrees to include any applicable requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA. PATENT AND DISPUTE RESOLUTION Does not apply to this contract. 27. TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS Does not apply to this contract. 28. DISADVANTAGED BUSINESS ENTERPRISES a. Objective/Policy Statement - GCC has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (DOT), Title 49 Code of Federal Regulations (CFR) Part 26, and Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. GCC has received Federal financial assistance from the DOT, and as a condition of receiving this assistance, GCC has signed an assurance that it will comply with 49 CFR Part 26. b. It is the policy of GCC to ensure that DBEs are defined in Part 26, have an equal c. d. e. f. opportunity to receive and participate in DOT–assisted contracts. It is also our policy: i. To ensure non-discrimination in the award and administration of DOT-assisted contracts; ii. To create a level playing field on which DBEs can compete fairly for DOTassisted contracts; iii. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; iv. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; v. To help remove barriers to the participation of DBEs in DOT-assisted contracts; and vi. To assist the development of firms that can compete successfully in the market place outside the DBE Program. This contract is subject to the requirements of 49 Title Part 26. The national goal for participation of DBE is 10%. GCC incorporates the race neutral goal of 3.44% as established within the GCC DBE Program. GCC expects the overall program goals to be achieved through race neutral participation. The Respondent/Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Respondent/Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOTassisted contracts. Failure by the Respondent/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 GCC deems appropriate. Each subcontract the Respondent/Contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). Award of this contract is conditioned on submission of the following information on Exhibit H with the sealed bid: i. the names and addresses of subcontractors that will participate in the contract; ii. a description of the work that each subcontractors will perform; whether the subcontractors is a DBE, non-DBE, or a Small Business Enterprise (SBE); iii. the ethnic code, as described in the form; iv. the age of the firm; v. the annual gross receipts from the firm; vi. the dollar amount of the participation of each DBE firm participating; and vii. Written confirmation from the DBE subcontractor that it is participating in the contract as provided in the commitment made under (8) (Exhibit I). The Respondent/Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contractor receives from GCC. The Respondent/Contractor agrees further to return retainage payments to each subcontractor within thirty (30) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the timeframe stated in this paragraph may occur only for good cause, as determined by GCC, and following written approval of GCC. This clause applies to DBE, SBE and non-DBE subcontractors and shall be included in the contract between the Respondent/Contractor and any and all subcontractors. g. The Respondent/Contractor must promptly notify GCC whenever a DBE or SBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE or SBE subcontractor to perform at least the same amount of work. The Respondent/Contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of GCC. h. The Respondent/Contractor shall report DBE and SBE participation on a monthly basis on the Contractor Payment Report Form, Exhibit J. i. For the Respondent/Contractor’s convenience, a listing of potential DBE subcontractors listed in the Texas Unified Certification Program DBE Directory (http://www.dot.state.tx.us/apps-cg/tucp/) is included in Exhibit K, as of April 1, 2014, under the following North American Industry Classification System numbers: Architectural Services(541310), Landscape Architectural Services(541320), Engineering Services(541330), Drafting Services(541340), Building Inspection Services(541350), Surveying and Mapping (except Geophysical) Services(541370), Testing Laboratories(541380), and Administrative Management and General Management Consulting Services(541611). A separate SBE Directory with certified SBEs ready, willing and able to work in the Houston District is also included in Exhibit K. 29. RESERVED 30. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS a. The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Respondent/Contractor shall not perform any act, fail to perform any act, or refuse to comply with any GCC requests which would cause GCC to be in violation of the FTA terms and conditions. 31. DRUG AND ALCOHOL TESTING – Does not apply to this contract. 32. AMERICANS WITH DISABILITIES ACT (ADA) ACCESSIBILITY a. ADA Accessibility ensures that all individuals regardless of disability are not excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. b. The Respondent/Contractor and all of its subcontractors shall adhere to the ADA Accessibility requirements as follows: i. 49 CFR Part 27 – Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance ii. 49 CFR Part 37 – Transportation Services for Individuals with Disabilities (ADA) iii. 49 CFR Part 38 – Americans with Disabilities Act (ADA) Accessibility Specifications for Transportation Vehicles. EXHIBIT E – ACKNOWLEDGEMENT OF ADDENDA RECEIVED REQUEST FOR STATEMENTS OF INTREST AND QUALIFICATIONS NO. 2014-TRANSIT-002 For Public Transportation Consulting Including Planning, Design, and Construction Phase Services The undersigned acknowledges receipt of the following addenda to GCC Request for Qualification documents (give number and date of each) Addendum Number ________________________ Dated:__________________ Addendum Number ________________________ Dated:__________________ Addendum Number ________________________ Dated:__________________ Addendum Number ________________________ Dated:__________________ Addendum Number ________________________ Dated:__________________ Addendum Number ________________________ Dated:__________________ Failure to acknowledge receipt of all addenda may cause the response to be considered nonresponsive to the request which would require rejection of the response. The undersigned understands that any condition stated above, clarification of the above, or information submitted on or with this form other than requested will render the quotation nonresponsive. Firm Name: __________________________________________ Address:______________________City:______________State: _____ Zip: ________ Type Name By: __________________________________________ Signature of Authorized Official:__________________________________________ Title: __________________________________________ Date:__________________ EXHIBIT F – LOBBYING CERTIFICATION Certification for Contracts, Grants, Loans, and Cooperative Agreements (to be submitted with each bid or offer exceeding $100,000) The undersigned, , certifies that to the best of his or her knowledge and belief: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Governmentwide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Respondent/Contractor/Subcontractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Respondent/Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Firm Name: __________________________________________ Signature of Authorized Official: __________________________________________ Title: __________________________________________ Date: __________________ EXHIBIT G - GOVERNMENT-WIDE DEBARMENT AND SUSPENSION CERTIFICATION This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) The prospective primary Respondent/Contractor certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary Respondent/Contractor is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this response. Firm Name: ___________________________________________________________________ Duns Number: __________________ By: ________________________________ Name and Title of Authorized Representative Date: _____________________________ ____________________________________ Signature of Authorized Representative INSTRUCTIONS FOR CERTIFICATION 1. 2. 3. 4. 5. 6. 7. 8. 9. By signing and submitting this response, the Respondent/Contractor is providing the certification set out below. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The Respondent/Contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with GCC's determination whether to enter into this transaction. However, failure of the Respondent/Contractor to furnish a certification or an explanation shall disqualify such person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when GCC determined to enter into this transaction. If it is later determined that the Respondent/Contractor knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, GCC may terminate this transaction for cause or default. The Respondent/Contractor shall provide immediate written notice to GCC to which this response is submitted if at any time the Respondent/Contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "person," "primary covered transaction," "principal," "response," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact GCC to which this response is submitted for assistance in obtaining a copy of those regulations (13 CFR Part 145). The Respondent/Contractor agrees by submitting this response that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a subcontractor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by GCC entering into this transaction. The Respondent/Contractor further agrees by submitting this response that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions," provided by GCC entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a Respondent/Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph 6 of these instructions, if a Respondent/Contractor in a covered transaction knowingly enters into a lower tier covered transaction with a subcontractor who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, GCC may terminate this transaction for cause or default. The Respondent/Contractor also agrees to include these requirements in each subcontract, or a lower tier covered transaction, exceeding $25,000 financed in whole or in part with Federal assistance provided by FTA. EXHIBIT H– DBE FORM 1– RESPONDENT/CONTRACTOR CERTIFICATION Instructions: The Respondent/Contractor shall complete this form by listing (1) names of all proposed subcontractors, (2) contact information, (3) description of work to be performed, (4) status as a DBE, SBE or nonDBE,( 5) ethnic code of firm, (6) age of the firm, and (7) annual gross receipts of the firm. Those subcontractors which are listed on this form as DBEs and SBEs must have current certification as a DBE or SBE with a participating TUCP certifying agency. The DBE or SBE certification must be complete by the time the responses are submitted. Additionally, those subcontractors which are listed on this form as DBEs or SBEs must complete Form 2, agreeing to the information listed herein. Respondent/Contractor: ETHNIC CODES _______________________________________ A) Black American B) Hispanic American C) Native American D) Sub-continental Asian American E) Asian-Pacific American Project Name: ___________________________ F) Non-Minority Women G) Other _______________________________________ 1) Name of Subcontractor 2) Address, Telephone # of DBE Firm (Including name of contact person) 3) Description of Work, Services Provided. Where applicable, specify "supply" or "Install" or both. 4) DBE, SBE or nonDBE 5) Ethnic Code 6) Age of Firm 7) Annual Gross Receipts THIS SCHEDULE MUST BE COMPLETED AS INSTRUCTED ABOVE AND INCLUDE EVERY SUBCONTRACTOR PROPOSED ON THIS PROJECT. The undersigned will enter into a formal agreement with DBE and/or SBE contractors for work listed in this schedule upon execution of a contract with GCC. The Respondent/Contractor agrees to the terms of this schedule by signing below and submitting the Intent to Perform, as completed by the DBE or SBE subcontractor(s). The contractor also certifies that no more than 70% of the work for this project will be subcontracted. ________________________________________________ Signature of Authorized Representative _________________ Date EXHIBIT I – DBE FORM 2 – DBE AND SBE SUBCONTRACTOR CERTIFICATION NOTE: In accordance with 49 CFR (Code of Federal Regulations) Part 26 and Board policy, DBE and SBE firms participating in the DBE or SBE Program must have "current" certification status with a TUCP Certifying Agency by the due date established for this RFQ. 1. 2. 3. 4. TO: (Respondent/Contractor): __________________________________________________________ The undersigned is either currently certified under the Texas Unified Certification Program (TUCP) as a DBE, SBE or will be at the time this solicitation is due. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both) _________________________________________________________________________________ ______________________________________________________________________________________ ________________________________________________________________________________. The DBE or SBE subcontractor should complete this section only if the DBE or SBE is subcontracting any portion of its subcontract. Any and all DBE or SBE subcontractors who a DBE or SBE subcontractor uses must be listed on Form 1 and must also be DBE or SBE certified. Date: ______________ DBE/SBE Firm: __________________________________________________ Signature: _______________________________________________________________________________ Print Name: _______________________________________________________________________________ Phone Number: _____________________________________________________________________________ Date: Respondent/ ______________ Prime Contractor: _________________________________________________ Signature: _______________________________________________________________________________ Print Name: _______________________________________________________________________________ Phone Number: _____________________________________________________________________________ Covered Action: REQUEST FOR STATEMENTS OF INTREST AND QUALIFICATIONS. NO. 2014-TRANSIT002, For Public Transportation Consulting Including Planning, Design, and Construction Phase Services EXHIBIT J – CONTRACTOR PAYMENT REPORT FORM To be included with each pay application until final payment of the contract has been made. INCLUDED FOR REFERENCE ONLY. CONTRACTOR PAYMENT REPORT FORM Instructions: Contractors are required to complete and submit this report, as specified in the contract or as requested, until final payment of the contract has been made. Failure to comply with the DBE provisions may result in contract termination, or the suspension or debarment of the contractor from doing business with the Owner in the future in accordance with the procedures set forth in the DBE Program. This report must be submitted with each invoice. Instructions for completing this report can be found on the following page. 3. Reporting Period 1. Contract Number, if applicable 2. Invoice Number 7. Telephone Number 8. Date of Contract Award 14. Committed DBE % 15. Actual DBE 16. Actual DBE % Participation to date to Date From: 4. Contractor's Business Name To: 9. Schedule Date of 10. Original 11. Current Contract 12. Total Amount Completion Contract Amount Modifications Received to Date $ $ 5. Contact Person 6. Address $ $ 13. Total Amount Owed $ #VALUE! 17 18 19 Name of DBE Subcontractor Description of Work Amount of payments made during current invoice period 20 21 Date of payments made Subcontract Dollars during current invoice period 22 23 Amount paid to date Percent Paid to Date (Add rows to the table, as needed, to complete this section) By completing this form, the Contractor acknowledges the Owner’s prompt payment policy, which requires the Contractor to pay all subcontractors within 30 days of receiving payment from the Owner. Signature Date Signed Name and Title of Individual Completing Report 24 Amount of this invoice allocated to DBE subcontractor EXHIBIT K – DBE AND SBE DIRECTORIES GCC DBE Directory (As of 4/1/2014) Company Name Street Architectural Services(541310) 5555 WEST ARCHI*TECHNICS/3, LOOP SOUTH INC. SUITE. 400 2450 ARCHITECT FOR LIFE LOUISIANA - A PROFESSIONAL STREET, SUITE CORPORATION 400-233 6200 SAVOY AUTOARCH DRIVE, SUITE ARCHITECTS, LLC 100 4617 MONTROSE BRAVE/ARCHITECTU BOULEVARD, RE INC. SUITE C230 2000 NORTH CAROL VICK LOOP WEST ARCHITECT LLC STE.240 3815 MONTROSE CRE8 BLVD, SUITE INCORPORATED 123 ENGLISH + ASSOCIATES 1919 DECATUR ARCHITECTS, INC. STREET 2 OAK HOLLOW ESTUDIO P.C. CIRCLE HARRISON KORNBERG 3131 EASTSIDE, ARCHITECTS, LLC SUITE 100 HUERTA & 5177 ASSOCIATES RICHMOND ARCHITECTS, PC AVE. #1240 9800 RICHMOND HUNTER-MOODY AVENUE, SUITE ARCHITECTS, INC. 550 City ST BELLAIRE TX HOUSTON Zip Phone Owner Email 77401 713-8680088 CHRISTUS N. POWELL JR. SECRETARY@ARCHITECHNICS3.COM TX 77006 888-9867771 LOLALISA KING LKING@ARCHITECTFORLIFE.COM HOUSTON TX 77036 713-9523366 LINA SABOUNI LINA@AUTOARCH.NET HOUSTON TX 77006 713-5245858 FERNANDO LUIS BRAVE JSCHAFER@BRAVEARCHITECTURE.COM HOUSTON TX 77018 713-3169210 MARGARET CAROL VICK CAROL@VICKARCHITECT.COM HOUSTON TX 77006 713-5262738 GEORGE WATANABE SUSAN.ADKINS@CRE8HOUSTON.COM HOUSTON TX 77007 713-8500400 KATHLEEN A. ENGLISH KENGLISH@ENGLISH-ARCHITECTS.COM CYPRESS TX 77429 832-7714873 MANUEL ESQUIVEL FESQUIVEL@ESTUDIOARCHITECTURE.COM HOUSTON TX 77098 713-2290688 JAMES B. HARRISON, III MJOHNSON@HARRISONKORNBERG.COM HOUSTON TX 77056 713-4391008 WALLY HUERTA WHUERTA@HUERTA-ARCHITECTS.COM HOUSTON TX 77042 713-6215787 SUSAN HUNTERMOODY SUSAN@HUNTERMOODY.COM KJ ARCHITECTS LLC LLEWELYN-DAVIES SAHNI, INC. MOLINA WALKER ARCHITECTS, INC. NATALYE APPEL & ASSOCIATES ARCHITECTS, LLC RANDALL HARRIS & ASSOCIATES, ARCHITECT REY DE LA REZA ARCHITECTS, INC. ROBERT ADAMS, INC. STOA INTERNATIONAL ARCHITECTS, INC. 22731 JOHNDALE CT 5120 WOODWAY DRIVE, STE. 8010 6161 SAVOY DRIVE SUITE 1212 2523 BARTLETT STREET 16043 BARBAROSSA DRIVE 1245 WEST 18TH STREET 11843 LOVELAND PASS 6001SAVOY DRIVE, SUITE 100 Landscape Architectural Services(541320) 1902 WASHINGTON ASAKURA ROBINSON AVENUE, COMPANY LLC SUITE A JOHN EVANS AND P.O. BOX ASSOCIATES, LLC 941733 5252 WESTCHESTER LAUREN GRIFFITH , STREET, SUITE INC. 170 MAINTENANCE TO 10536 EAST GO, INC. HARDY ROAD 112 MARY L. GOLDSBY NORTHWOOD ASSOCIATES STREET ROBERTA F. BURROUGHS & POST OFFICE ASSOCIATES BOX 741633 KATY TX 77494 713-2613665 KAFIL JAMIL KJA@CONSOLIDATED.NET HOUSTON TX 770561723 713-8501500 RANDHIR SAHNI RELSNER@THELDNET.COM HOUSTON TX 77036 713-7828188 HOUSTON TX 77098 713-5227992 MARY JANE WALKER NATALYE LORRAINE APPEL HOUSTON TX 77083 HOUSTON TX 77008 832-5456319 713-8683121 RANDALL HARRIS LORIE ANN WESTRICK HOUSTON TX 77067 281-2727000 HOUSTON TX 77036 713-9958784 ROBERT LEE ADAMS, JR. PRESIDENT CHAO-CHIUNG LEE HOUSTON TX 770076133 HOUSTON TX 77094 HOUSTON TX 77005 HOUSTON TX HOUSTON HOUSTON MWALKER@MOLINAWALKER.COM NATALYE@APPELARCHITECTS.COM RHAARCHITECTS@AOL.COM LWESTRICK@RDLR.COM RLAJARCHITECTS@SBCGLOBAL.NET CCLEE@STOAINTL.COM 713-3375830 409-7710903 PRESIDENT KEIJI ASAKURA HAYLEY@ASAKURAROBINSON.COM JOHN EVANS JOHN.EVANS.ASSOCIATES@GMAIL.COM LAUREN GRIFFITH KENT LGRIFFITH@LAURENGRIFFITHASSOCIATES. COM 77093 713-8387120 713-8020330 PAUL BUSTOZ MAINTENANCETOGO@YAHOO.COM TX 77009 713-8022799 MARY L. GOLDSBY MARYGOLDSBY@EARTHLINK.NET TX 772741633 713-2660960 ROBERTA F. BURROUGHS RBURROUGHS@RFBA-UPC.COM URBANCORE COLLABORATIVE INC. VITRO DESIGN STUDIO WINDROSE LAND SERVICES, INC. 17622 QUIET LOCH LANE 2822 RUSSETT PLACE WEST 3200 WILCREST DR., SUITE 325 SUHAG KANSARA SUHAG@URBANCORE.CO 77042 281-7624150 832-6216475 713-4582281 MARI VITRO JEANNE KIDWELL MARI@VITRODESIGNSTUDIO.COM JEANNE.KIDWELL@WINDROSESERVICES.CO M 281-4934140 713-8692656 PRESIDENT ASHRAF ISLAM KDENNIS@AIAINC.COM TX 77084 772920824 FRANK MOLINA SOLARIZE@AKARIENENERGY.COM HOUSTON TX 77081 713-5742371 HADDIS TEWOLDE, PE HTEWOLDE@ALL-TERRA.COM KATY TX 77450 281-6988004 VISHAKH B. MANTRI VMANTRI@ALPHAHOU.COM HOUSTON TX 77068 HOUSTON TX 77218 281-7728274 713-7795700 AMARJIT S. AMBIEE CHARLES MGBEIKE HOUSTON TX 77063 832-2367165 JAMES SIDNEY HARVEY JHARVEY@ARKENGINEER.COM HOUSTON TX 770424524 713-3378881 SAADUDDIN AHMED SAHMED@ASADALLY.COM HOUSTON TX 77054 713-7483717 JASBIR SINGH PRITI@ASSOCIATEDTESTING.COM HOUSTON TX 77041 HOUSTON TX 77020 832-4670088 713-9067115 SYDNEY W. AUSTIN RICHARD A. KENDALL HOUSTON TX 77041 713-8957645 SHOU T. HU HOUSTON TX 77084 PEARLAND TX 77584 HOUSTON TX Engineering Services(541330) 15310 PARK AIA ENGINEERS, LTD. ROW HOUSTON TX AKARI ENERGY, LLC HOUSTON ALL-TERRA ENGINEERING, INC. ALPHA SIM TECHNOLOGY, INC. AMBIEE ENGINEERS, INC. APEX CONSULTING GROUP, INC. ARK ENGINEER AND CONSULTANTS, INC. ASA DALLY, INC. ASSOCIATED TESTING LABORATORIES, INC. AUSTIN-REED ENGINEERS, LLC AUTOMATION NATION, INC. AVILES ENGINEERING CORPORATION PO BOX 920824 5906 JESSAMINE ROAD, SUITE B-8 21324 PROVINCIAL BLVD. 15218 LANTERN CREEK LANE P. O. BOX 218860 9449 BRIAR FOREST DRIVE, SUITE 4515 9800 RICHMOND AVE., SUITE 460 3143 YELLOWSTON E BOULEVARD 6830 N. ELDRIDGE PKWY, SUITE 209 1700 GAZIN STREET 5790 WINDFERN RD. AAMBIEE@WCWINTERNATIONAL.COM MCAENGINEERS@AOL.COM SSAUSTIN@AUSTIN-REEDENGINEERS.COM RICH.KENDALL@AUTOMATIONNATION.NET STHU@AVILESENGINEERING.COM B. J. MEHTA, INC. BAKALOVIC ENGINEERING GROUP, LLC BAKER & LAWSON, INC. BOCCI ENGINEERING, LLC CHARLES D. GOODEN CONSULTING ENGINEERS, INC. CHIEN ASSOCIATES, INC. CIVIL SYSTEMS ENGINEERING, INC. CIVILTECH ENGINEERING, INC. COASTAL TESTING LABORATORIES, INC. CONCEPT ENGINEERS, INC. CONNIE E CLARK, P.E. CSF CONSULTING, L.P. C3S, INC. DAB ENGINEERING AND TESTING, L.L.C. DAE & ASSOCIATES, LTD. EDP ENGINEERS AND INSPECTORS, LLC EMERALD STANDARD SERVICES, INC. 754 TIMBERHILL 3301 EDLOE STREET, SUITE 300 300 CEDAR ST. 12709 PINE DRIVE 2320 HOLMES ROAD, SUITE A 10700 RICHMOND AVENUE, SUITE 145 2299 LONE STAR DRIVE, SUITE 239 11821 TELGE ROAD POST OFFICE BOX 87653 2550 NORTH LOOP WEST, SUITE 200 4232 SUNSET BLVD. 3 PARKWAY PLACE 7100 REGENCY SQUARE BLVD. 6115 WESTBRANCH DR. 800 VICTORIA DRIVE 14419 WILLOWSONG COURT 520 PRESTON AVENUE 713-3202140 BHUPENDRA J. MEHTA SEJLA BAKALOVIC HERBERT S. SMITH 77429 713-6770769 979-8496681 713-5752400 LIANNE LAMI LIANNE.LAMI@BOCCIENGINEERING.COM TX 770511014 713-6606905 CHARLES D. GOODEN CDGCE@GOODENENGINEERS.COM HOUSTON TX 77042 713-7850334 JONG S. CHIEN JANIE1952@SBCGLOBAL.NET SUGAR LAND TX 77479 DLI@CSEENGINEERS.COM CYPRESS TX 77429 DEREN LI MELVIN G. SPINKS HOUSTON TX 77287 HENRY PENA HENRY@COASTALTESTINGLABS.COM HOUSTON TX 77092 HOUSTON TX 77005 HOUSTON TX 77040 HOUSTON TX HOUSTON TX HOUSTON HOUSTON TX 77024 HOUSTON TX 77027 ANGLETON TX 77515 CYPRESS TX HOUSTON 713-7823811 281-3040200 713-4770121 BJMEHTA10@GMAIL.COM SEJLA.BAKALOVIC@B-E-GROUP.COM RCROUCH@BAKERLAWSON.COM MGSPINKS@CIVILTECHENG.COM 77036 713-5529200 713-8942913 832-6782110 713-4329200 YOGESH C. SHARMA CONSTANCE CLARK CARLOS GUTIERREZ SAMUEL EBOW COLEMAN TX 77072 770222908 281-4952249 713-6994000 DR. DOKUN ABASS DAVID A. EASTWOOD MISSOURI CITY TX 77489 281-4169660 GERALD C. REECE INFO@EDP-LLC.COM PASEDENA TX 775031229 713-4731000 ROGELIO POMBROL ROGER@EMERALD-STANDARD.COM YSHARMA@CONCEPTENGRS.COM CCLARK3C@GMAIL.COM CARLOSG@CSFENGINEERS.COM INFO@C3SINC.COM DOKUNABASS@YAHOO.COM DAVID.EASTWOOD@GEOTECHENG.COM ENSIGHT, INC. ENTECH CIVIL ENGINEERS, INC. ESOR CONSULTING ENGINEERS, INC. FCM ENGINEERS, PC FERGUSON CONSULTING, INC. FIVENGINEERING, LLC FRAYRE ENGINEERING & CONSULTING LLC GC ENGINEERING, INC. GEOTEST ENGINEERING, INC. GUNDA CORPORATION, LLC HENDERSON + ROGERS, INC. HUNT & HUNT ENGINEERING CORPORATION HVJ ASSOCIATES, INC. INGENIUM, INC. ISANI CONSULTANTS, L.P. 1776 YORKTOWN, SUITE 300 16360 PARK TEN PLACE, SUITE 230 6027 DOVER HOUSE WAY 9700 RICHMOND AVENUE, SUITE 250 37602 TOURNAMENT LANE 6006 BASSETDALE LANE 2914 CEDAR WOODS PLACE 2505 PARK AVENUE 5600 BINTLIFF DRIVE 6161 SAVOY, SUITE 550 2603 AUGUSTA, SUITE 800 P.O. BOX 771294 6120 SOUTH DIARY ASHFORD STREET 7700 SAN FELIPE STREET, SUITE 110 3143 YELLOWSTON E BOULEVARD 713-6210725 MARK D. LILIE 77389 281-9450069 832-3849537 JUAN ANTONIO GELACIO JOHN RODRIQUEZ TX 77042 713-7064412 FRANK MBACHU FMBACHU@FCM-ENGINEERS.COM MAGNOLIA TX 77355 281-2529232 CAROLYN FERGUSON LFERGUSON@FCI-ENGR.COM HOUSTON TX 77084 713-7757701 ELIZABETH PARENT LIZ@5ENGINEERING.COM HOUSTON TX 77068 PEARLAND TX 77581 713-3202163 281-4127008 HOUSTON TX 77036 HOUSTON TX 77036 HOUSTON TX 77057 713-2660588 713-5413530 713-4305800 PATRICIA FRAYRE CHANDRAKANT HI S. RODRIGO RAVI RAJ YANAMANDAL A RAMESH GUNDA KAREN ELAINE ROGERS HOUSTON TX 77215 713-7809554 LARRY HUNT LHUNT@HHECORP.COM HOUSTON TX 77072 281-9337388 HERBERT V. JOHNSON HJOHNSON@HVJ.COM HOUSTON TX 77063 713-3399160 HARENDRA MAHENDRA ANU.MAHENDRA@INGENIUMINC.COM HOUSTON TX 77054 713-7472311 JASBIR SINGH BOBBY@ISANICONSULTANTS.COM HOUSTON TX 77056 HOUSTON TX 77084 SPRING TX HOUSTON MLILIE@ENSIGHTINC.COM NALANIS@ENTECHHOU.COM JROD@ESOR.COM PFRAYRE@FRAYRE-EC.COM CRODRIGO@GC-ENGINEERING.COM RAVI@GEOTESTENG.COM RGUNDA@GUNDACORP.COM ELAINER@HR-STRUCTURAL.COM JAG ENGINEERING, INC. JAYMARK ENGINEERING CORPORATION JONES ENGINEERS, L. P. KBH TRAFFIC ENGINEERING KENALL INC. KIT PROFESSIONALS, INC. KUO & ASSOCIATES, INC. MARSHALL ENGINEERING CORPORATION MARTINEZ, GUY & MAYBIK, INC. MATRIX STRUCTURAL ENGINEERS, INC. MDA ENGINEERS, INC MEDRANO AND ASSOCIATES, PLLC MEP GREEN DESIGNS, PLLC MEP-IT ENGINEERS 9900 WESTPARK DRIVE, SUITE 269 16000 STUEBNER AIRLINE, SUITE 280 9820 WHITHORN DRIVE 13423 BRADBRIDGE LN. 8101 WESTGLEN DRIVE 2825 WILCREST DRIVE, SUITE 600 10700 RICHMOND AVENUE, SUITE 113 715 N HOUSTON AVE 2470 GRAY FALLS DRIVE, SUITE 100 24 GREENWAY PLAZA #1508 11767 KATY FREEWAY SUITE 340 5510 SOUTH RICE 2132 1250 BAY AREA BLVD., SUITE D 6117 RICHMOND AVE., SUITE 250 HOUSTON TX 77063 713-9777550 JOHN ANDREW GUAJARDO JAG.ENG@ATT.NET SPRING TX 77379 281-3740399 MARK D. TAYLOR. MDT@JAYMARKENGINEERING.COM HOUSTON TX 77095 713-2227766 NORMAN C. JONES VROBERTS@JONESENGINEERS.COM HOUSTON TX 77082 832-2501861 KETI HRISTOVA KBHTRAFFIC@GMAIL.COM HOUSTON TX 77063 832-2518200 PRASHANTHI PRASAD KRIS.PRASAD@KENALLINC.COM HOUSTON TX 77042 713-7838700 SUDHAKAR KALAGA SKALAGA@KITPROFS.COM HOUSTON TX 77042 713-9758769 SHAHEEN CHOWDHURY SHAHEEN.CHOWDHURY@KUOASSOCIATES. COM HUMBLE TX 773383759 281-8524131 RAYFORD R. MARSHALL MECEDU@AOL.COM HOUSTON TX 77077 281-6790335 RICARDO MARTINEZ RMARTINEZ@MGM-INC.COM HOUSTON TX 77046 713-6640130 MOYEEN HAQUE MOYEEN@MATRIXSTRUCTURAL.COM HOUSTON TX 77079 HOUSTON TX 77081 HOUSTON TX 77058 281-7943013 713-6672340 832-2760752 HOUSTON TX 77057 281-4516818 EDWIN LLOYD OSCAR MEDRANO MARIAM@MDA-INC.COM SOI TRUONG DUNGVU@MEPGREENDESIGNS.COM ANWAR HASSAN ANWARH@MEPIT.NET OSCARCM39@AOL.COM MIDTOWN ENGINEERS, LLC MISSION ENGINEERING, INC. MORENO ENGINEERING, INC. MSI ENGINEERS, INC NATHELYNE A. KENNEDY & ASSOCIATES, L.P. NEDU ENGINEERING SERVICES NORTH AMERICAN CONTROLS CORPORATION OMEGA ENGINEERS, INC. OTHON, INC. P&D PROFESSIONAL SERVICES, INC. PARAMOUNT ENGINEERING, LLC PROGRESSIVE CONSULTING ENGINEERS, PLLC QUADRANT CONSULTANTS INC. RAMOS CONSULTING, LLC 5225 KATY FRWY STE. 400 10260 WESTHEIMER ROAD, SUITE 585 1521 GREEN OAK PLACE, STE 190 9950 CYPRESSWOO D, SUITE 224 6200 SAVOY DRIVE, SUITE 1250 P.O. BOX 540831 11680 BEAMER ROAD, SUITE D 16360 PARK TEN PLACE, SUITE 325 11111 WILCREST GREEN DR., SUITE 128 12155 LISMORE LAKE DR 7322 SOUTHWEST FREEWAY, SUITE 1050 5507 MAVERICK POINT LN. 7322 SOUTHWEST FREEWAY, SUITE 470 2303 RR 620, SUITE #135-409 RAMON HERRERA/ KAY MCDANIEL KHMCDANIEL@MIDTOWNENGINEERS.COM YIFENG ZHUANG DZHUANG@SBCGLOBAL.NET HOUSTON TX 77007 713-8628848 HOUSTON TX 77042 713-9810018 KINGWOO D TX 77339 281-3590133 HOUSTON TX 77070 832-6888879 JUAN MORENO CYNTHIA L. KELSCHSTRAUGHAN HOUSTON TX 77036 HOUSTON TX 77254 713-9880145 713-2681666 NATHELYNE A. KENNEDY NKEMDI OHALETE HOUSTON TX 77089 281-4813073 DANIEL SAUCEDO MGSAUCEDO@NACCINC.COM HOUSTON TX 77084 713-6479182 RICHARD CASTANEDA ECASTILLO@OMEGAENGINEERS.COM PRESIDENT F. WILLIAM OTHON OTHONCORP@OTHON.COM PAULA PRICE PDPROSERVICES@GMAIL.COM MORENO.INC@ATT.NET CKELSCH@MSIENGINEERS.COM NKENNEDY@NAKENNEDY.COM NEDUENGINEERS@YAHOO.COM HOUSTON TX 77042 CYPRESS TX 77429 713-9758555 281-7434475 HOUSTON TX 770742010 713-6369977 MOHAMMAD MIRZA PE_LLC@MSN.COM KATY TX 77494 281-6305485 MOHAMMED IRFAN MIRFAN@PCEHOUSTON.COM HOUSTON TX 77074 LAKEWAY TX 78734 713-7792990 713-4493065 PETER R. JORDAN ADALBERTO J. RAMOS QCI@QCONSULTANTS.COM JERRY.RAMOS@RAMOSCONSULTINGLLC.CO M REKHA ENGINEERING, INC. RODS SUBSURFACE UTILITY ENGINEERING, INC. SANDOVAL ENGINEERS & SURVEYORS, INC. SANPEC, INC. SES HORIZON CONSULTING ENGINEERS, INC. SHAN ENGINEERING, INC. SIRRUS ENGINEERS, INC. SITE AND FIELD ENGINEERING, LLC TERAN GROUP LLC TERRE SOLUTIONS, LLC THE MURILLO COMPANY TLC ENGINEERING, INC. ULRICH ENGINEERS, INC. 5301 HOLLISTER, SUITE 190 6810 LEE ROAD, SUITE 300 1802 TATTENHALL 11819 SKYDALE DRIVE 10101 SOUTHWEST FREEWAY, SUITE 400 9039 KATY FREEWAY, SUITE 216 3100 TIMMONS LANE, SUITE 500 5450 NW CENTRAL, STE. 100 888 WEST SAM HOUSTON PARKWAY SOUTH, SUIT 8524 HIGHWAY 6 NORTH, SUITE 329 10325 LANDSBURY DRIVE, SUITE 400 8204 WESTGLEN DRIVE 2901 WILCREST DRIVE, SUITE 200 HOUSTON TX 77040 713-8958080 DINESH ENGINEER REKHAINC@SBCGLOBAL.NET SPRING TX 77379 281-2575248 HILDA S. O. LEASE HILDA@RODSSUE.CC HOUSTON TX 77008 713-8626702 RODOLFO SANDOVAL LANDSHARK@SHARKBYTE.COM TOMBALL TX 773751834 281-5167269 AJAY MALLIK AJMALLIK@SANPEC.COM HOUSTON TX 77074 713-9885504 EPIFANIO E. SALAZAR, JR. EPI.SALAZAR@SESHORIZON.COM HOUSTON TX 77024 832-6159308 MOHAMMED A. SIDDIQUI MOHAMMED@SHANENGINEERING.NET HOUSTON TX 770275953 713-3347300 SUJEETH DRAKSHARAM SBD@SIRRUSENGINEERS.COM HOUSTON TX 77092 713-8238134 MARK E. NELSON MARK.E.NELSON@SAFE-TX.COM HOUSTON TX 77042 713-2449795 ORLANDO JOSE TERAN OJTERAN@TERANGROUP.COM HOUSTON TX 77095 832-3722226 N'TAKPE SERGE BORAUD SBORAUD@TERRESOLUTIONS.COM HOUSTON TX 77099 281-9339702 ANN MURILLO DONNAM@MURILLOCOMPANY.COM HOUSTON TX 77063 713-8686900 PRESIDENT TONY COUNCIL INFO@TLCENG.COM HOUSTON TX 77042 713-7807645 EDWARD J. ULRICH, JR. EDWARD.ULRICH@ULRICHENGINEERS.COM V&A CONSULTING ENGINEERS, INC. 8303 SOUTHWEST FREEWAY, SUITE 600 2825 WILCREST DRIVE, SUITE 407 8220 JONES ROAD, SUITE 500 WATEARTH, INC. WCW INTERNATIONAL , INC. ZARINKELK ENGINEERING SERVICES, INC. P.O. BOX 10194 1001 MCKINNEY, STE 1250 3033 CHIMNEY ROCK ROAD, SUITE 630 UNITED ENGINEERS, INC. USA SHELCO, INCORPORATED HOUSTON TX 77074 713-2712900 SHERIF MOHAMED SHERIFM@UNITEDE.COM HOUSTON TX 77042 713-2788900 RAUL SHELTON RSHELTON@USASHELCO.COM HOUSTON TX 77065 713-5689067 HOUSTON TX 772060194 832-4440260 JOSE VILLALOBOS PRESIDENT JENNIFER JILL WALKER HOUSTON TX 77002 713-7773700 CHRISTIAN K. WILMOT CWILMOT@WCWINTERNATIONAL.COM HOUSTON TX 77056 832-2422426 GITI ZARINKELK GITI.ZARINKELK@ZARINKELK.COM KINGWOO D TX 77339 SPRING TX 77389 281-5779005 281-3501817 JOSE A. GARCIA, JR. DAVID S. DREPAUL HOUSTON TX 77072 281-7107603 EUGENE DURU DURARCON@GMAIL.COM HOUSTON TX 77063 713-7844466 TERRENCE CHENG TERRYCHENG@TSCSURVEYING.COM HOUSTON TX 77079 BELLAIRE TX 77401 281-9550707 832-6411788 DEBORAH CLIFTON JACQUELINE CHIA-HUI CHEN HOUSTON TX 77041 281-9248512 JOSEPH SYLVAN ADMIN@ODC-LLC.COM PEARLAND TX 77584 713-4363731 VIJITHA BOLLINENI RAVI@PRVSERVICES.COM SSTEWART@VAENGINEERING.COM JWALKER@WATEARTH.COM Drafting Services(541340) CADTECH SOLUTIONS, INC. DSD DESIGN & DRAFTING DURARCON GEOSURV, INC. INTEGRITY INTERNATIONAL, INC. JACQUELINE CHEN & ASSOCIATES, INC. OFFICE DESIGN CONCEPTS, L.L.C. PRV SERVICES, INC. 21529 KINGDOM EDGE 22211 FIELDS LANE 12991 WIREVINE LANE 3300 S. GESSNER RD. SUITE 100 11767 KATY FREEWAY SUITE 750 5600 ST. PAUL STREET 6750 BRITTMORE ROAD 2504 BAYFRONT DRIVE GARCIAJ@CADTECH.BIZ DAVID@DSD-AC.COM MMCSWAIN@TARRENPOINT.COM JCQLNCHEN@YAHOO.COM STRUKTUR DESIGN GROUP, L.L.C. 8001 W.TIDWELL RD.#906 Building Inspection Services(541350) 14419 EDP ENGINEERS AND WILLOWSONG INSPECTORS, LLC COURT FIRST CLASS 10743 VILLA INSPECTIONS LEA PMG PROJECT MANAGEMENT 2723 HOUSTON GROUP, LLC AVENUE 832-7249389 TIMMY MOORE 77071 281-4169660 281-9338447 GERALD C. REECE KEVIN BLACKWELL 77009 713-8802626 BENJAMIN MENDEZ BENMENDEZ@PMGUNITED.COM TX 77060 832-3013815 GRACE Y. CERVIN GCERVIN2010@GMAIL.COM TX 77025 TX 77389 832-4543166 832-3849537 ANGELA CARRANZA JOHN RODRIQUEZ TX 77063 713-7844466 TERRENCE CHENG TERRYCHENG@TSCSURVEYING.COM TX 77063 713-9777550 JOHN ANDREW GUAJARDO JAG.ENG@ATT.NET TX 77042 713-9758769 SHAHEEN CHOWDHURY SHAHEEN.CHOWDHURY@KUOASSOCIATES. COM TX 77008 77019 PAUL KWAN RICARDO A. VAZQUEZ PKWAN@LANDTECH-INC.COM TX 713-8617068 713-8628862 TX 77079 713-4656655 RAYMOND RAHAMAN RAY@WGCSURVEY.COM TX 77008 713-8626702 RODOLFO SANDOVAL LANDSHARK@SHARKBYTE.COM HOUSTON TX 77040 MISSOURI CITY TX 77489 HOUSTON TX HOUSTON TX Surveying and Mapping (except Geophysical) Services(541370) 16800 AGS CONSULTANTS, GREENSPOINT LLC PARK DRIVE HOUSTON 3832 BELLEFONTAI BLEEDORANGE, LLC NE STREET HOUSTON ESOR CONSULTING 6027 DOVER ENGINEERS, INC. HOUSE WAY SPRING 3300 S. GESSNER RD. GEOSURV, INC. SUITE 100 HOUSTON 9900 WESTPARK JAG ENGINEERING, DRIVE, SUITE INC. 269 HOUSTON 10700 RICHMOND KUO & ASSOCIATES, AVENUE, INC. SUITE 113 HOUSTON 2525 NORTH LOOP WEST, LANDTECH, INC. SUITE 300 HOUSTON PRECISION LAND 901 RHODE SURVEYING, INC. PLACE STE#100 HOUSTON 11111 KATY RAHAMAN AND FREEWAY, ASSOCIATES, INC. SUITE 520 HOUSTON SANDOVAL ENGINEERS & 1802 SURVEYORS, INC. TATTENHALL HOUSTON TMOORE@STRUKTURDG.COM INFO@EDP-LLC.COM BLACKWELLKEVIN@SBCGLOBAL.NET ABCARRANZA@ATT.NET JROD@ESOR.COM RV@PLSURVEYING.COM TERAN GROUP LLC UNITED ENGINEERS, INC. 888 WEST SAM HOUSTON PARKWAY SOUTH, SUIT 8303 SOUTHWEST FREEWAY, SUITE 600 Testing Laboratories(541380) A&B 10100 I-10 EAST ENVIRONMENTAL FREEWAY, SERVICES, INC. SUITE 100 ABSOLUTE 23316 INTEGRITY TESTING, SANDPIPER LLC TRAILS 5906 JESSAMINE ALL-TERRA ROAD, SUITE ENGINEERING, INC. B-8 ANACON, INC. ASSOCIATED TESTING LABORATORIES, INC. ATSER, LP AUSTIN-REED ENGINEERS, LLC AVILES ENGINEERING CORPORATION DAE & ASSOCIATES, LTD. GEOTEST ENGINEERING, INC. HVJ ASSOCIATES, INC. 730 FM 1959 3143 YELLOWSTON E BOULEVARD 1150 RICHCREST DRIVE 6830 N. ELDRIDGE PKWY, SUITE 209 5790 WINDFERN RD. 800 VICTORIA DRIVE 5600 BINTLIFF DRIVE 6120 SOUTH DIARY ASHFORD STREET HOUSTON TX 77042 713-2449795 ORLANDO JOSE TERAN OJTERAN@TERANGROUP.COM HOUSTON TX 77074 713-2712900 SHERIF MOHAMED SHERIFM@UNITEDE.COM RAMASAMY RAMAKRISHNA N INFO@ABLABS.COM HOUSTON TX 77029 713-4536060 SPRING TX 77373 281-5282943 SAMUEL SAUCEDA SAUCEDASAMUEL@GMAIL.COM HOUSTON TX 77081 HADDIS TEWOLDE, PE HTEWOLDE@ALL-TERRA.COM HOUSTON TX 77034 713-5742371 281-9227000 KYU JIN LEE JAMES.LEE@ANACONLAB.COM HOUSTON TX 77054 713-7483717 JASBIR SINGH PRITI@ASSOCIATEDTESTING.COM HOUSTON TX 77060 281-9999961 RAY KIMBLE DFM@ASTER.COM HOUSTON TX 77041 832-4670088 SYDNEY W. AUSTIN SSAUSTIN@AUSTIN-REEDENGINEERS.COM HOUSTON TX HOUSTON TX 77041 77022 -2908 713-8957645 713-6994000 HOUSTON TX 77036 713-2660588 SHOU T. HU DAVID A. EASTWOOD RAVI RAJ YANAMANDAL A HOUSTON TX 77072 281-9337388 HERBERT V. JOHNSON STHU@AVILESENGINEERING.COM DAVID.EASTWOOD@GEOTECHENG.COM RAVI@GEOTESTENG.COM HJOHNSON@HVJ.COM J3 RESOURCES, INC. KENALL INC. 6110 WEST 34TH STREET 8101 WESTGLEN DRIVE HOUSTON TX 77092 713-2900221 CATHY C. POYE CPOYE@J3RESOURCES.COM HOUSTON TX 77063 832-2518200 PRASHANTHI PRASAD KRIS.PRASAD@KENALLINC.COM TERENCE GOMES TERRYPROJECTS@GMAIL.COM RODERICK LEMON RLEMON@AHRMDCOINT.COM LOLALISA KING LKING@ARCHITECTFORLIFE.COM Administrative Management and General Management Consulting Services(541611) 9730 TOWNPARK ADVANCETECH DRIVE, SUITE 713-777SYSTEMS 2, INC. 107 HOUSTON TX 77036 7878 14405 AHRMDCO WALTERS INTERNATIONAL, ROAD, STE. 77014 713-589LLC 1002 HOUSTON TX -1357 3688 2450 ARCHITECT FOR LIFE LOUISIANA - A PROFESSIONAL STREET, SUITE 888-986CORPORATION 400-233 HOUSTON TX 77006 7771 B W ARCHITECTS MWBE CONSULTING 12275 SCYRUS 713-398SERVICE LANE HOUSTON TX 77066 9060 281-361BRADLINK LLC P.O. BOX 6115 KINGWOOD TX 77325 5809 15915 KATY CARDINAL FREEWAY, 281-398CONCESSIONS, INC. STE. 500 HOUSTON TX 77094 3488 CREATIVE FUNDING MISSOURI 77459 832-524SOLUTIONS, INC. P.O. BOX 1553 CITY TX -1553 7667 CRIDDELL 16855 832-758ASSOCIATES BLENDSTONE HOUSTON TX 77084 4226 1950 ELDRIDGE DIGI MARKETING PARKWAY 713-771INTERNATIONAL #13204 HOUSTON TX 77077 6786 H & D CONSULTING 1011 AND PUBLISHING, CREEKMONT 713-682L.L.C. DR. HOUSTON TX 77091 1011 IMPACT STRATEGIES 713-443CONSULTANTS, LLC P.O. BOX 88129 HOUSTON TX 77288 6294 2206 KRISTINA 832-304J3 GLOBAL, INC. WAY DEER PARK TX 77536 0045 8588 KATY FREEWAY, 713-463KNUDSON, LP SUITE 441 HOUSTON TX 77024 8200 REUBEN A. BROWN HELEN L. CALLIER BROWN@BWADIVERSITY.COM HELEN@BRADLINKLLC.COM GERRAD E. WILSON JENNIE JOHNSON MICHAEL L. CRIDDELL JJOHNSON@CREATIVEFUNDINGSOLUTIONS.I NFO DEBRA BANN DBANN@DIGIMARKETING.US HOWARD MIDDLETON VERNITA B. HARRIS JOHNSON JOY PATRICIA KNUDSON JOINER MLCRIDDELL@SBCGLOBAL.NET HMIDDLETON1_HOUSTON1@COMCAST.NET CUSTOMERSERVICE@IMPACT06.COM JPJOY@J3GLOBALINC.COM PJOINER@KNUDSONLP.COM LACEY NEWDAY CONSULTING, LLC 1414 1/2 GUSTAV ST. HOUSTON TX 77023 -1909 713-4465970 MORNING STAR ENTERPRISE ONE WORLD STRATEGY GROUP LLC 16334 BLUE ROCK SPRINGS HOUSTON TX 77073 HOUSTON TX DOUGLASVILL E PEAK PERFORMANCE SOLUTIONS, LLC PLANNING & DEVELOPMENT SERVICES, INC. PRINCIPLE PARTNERING GROUP, LLC PUTTING IDEAS INTO WORDS RPH CONSULTING GROUP, LLC RSK MANAGEMENT AND CONSULTING SAFAL PARTNERS INC. TAYLOR GLOBAL BUSINESS SOLUTIONS LLC TAYLOR SMITH CONSULTING, LLC TCT ENTERPRISES, LLC THE LOOK ENTERPRISES, INC. THE MOREWARD GROUP, LLC TRAVAILLE, LLC P.O. BOX 540813 6065 KINGSTON DRIVE 8588 KATY FREEWAY, SUITE 441 1235 NORTH LOOP WEST, SUITE 1000 P.O. BOX 671034 5225 KATY FREEWAY, SUITE 465 99 DETERING ST., SUITE 130 19019 WINDSOR CREST DR 11618 JAYCREEK DR. 440 BENMAR DRIVE, SUITE 3355 10701 CORPORATE #190 5522 GRAND LAKE ST. 9910 MURRAY LANDING 10105 BROOKSHORE LN. SLACEY@LNCHOUSTON.COM 281-7485448 SIDNEY LACEY OLUBUNMI OBAFEMI/ NGOZI OBAFEMI 77254 832-6262369 JERI J. BROOKS JERI@ONEWORLDSTRONG.COM G A 30135 404-3247842 LEE.SIMS@PPS-CONSULTINGSERVICES.COM HOUSTON TX 77024 713-4638200 HOUSTON TX 77008 HOUSTON TX 77267 EULETHIA SIMS PATRICIA KNUDSON JOINER PRESIDENT DARRYL L. KING ELDRIDGE L. LEE HOUSTON TX 77007 HOUSTON TX 77007 713-2754200 713-4914841 HOUSTON TX 77094 HOUSTON TX HOUSTON 713-5270702 832-2588886 MORNINGSTAR_ENTERPRISE@YAHOO.COM PJOINER@KNUDSONLP.COM KB@THEPPGLLC.COM ELDRIDGE.LEE@PUTTINGIDEASINTOWORDS. ORG PAUL CANNINGS PCANNINGS@RPHCONSULTINGGROUP.COM ROBIN KNOTT RKNOTT@RSKMANAGEMENT.COM 832-7580255 MUKTA PANDIT INFO@SAFALPARTNERS.COM 77003 281-9004528 NATASHA TAYLOR NATASHA.TAYLOR@TAYLORGBS.COM TX 77060 713-9373111 TRACY T. SMITH TRACY.SMITH@TAYLORSMITHCONSULTING. COM STAFFORD TX 77477 SHIRLEY CREWS TAYLOR INFO@TCTENTERPRISESLLC.COM BELLAIRE MISSOURI CITY TX 77401 TX 77459 281-3839523 713-4294919 713-4365111 PEARLAND TX 77584 832-2700179 JAMES SELMON ARTHUR MCLIN, III JACQUELYN JOUBERTYOUNG JSELMON@THELOOKENTERPRISES.COM AMCLIN@MOREWARDGROUP.COM JACQUIJOUBERTYOUNG@TRAVAILLELLC.C OM HOUSTON DISTRICT SBE Directory (As of 4/1/2014) Company Name ACE CONSULTING ENGINEERS, INC. AIM ELECTRICAL_CONSULTANTS Street 15902 HIGHLAND BROOK DRIVE City ST Types of Work Performed ILLUM, MIN STRS, PROF SERV, RST AREA 76102 Phone 281-2770410 713-6666718 254-9484057 817-7060114 HOUSTON TX 77083 720 WEST 10TH STREET HOUSTON TX 77027 ALVIN SOWDERS 449 COYOTE RUN WACO TX 76705 ARCHITECT TOM HINES 2133 OAKWOOD LN ARLINGTON TX BASIC IDIQ, INC. BAYER CONSTRUCTION ELECTRICAL CONTRACTORS, INC. 10713 RR 620 N. BLDG F #622 AUSTIN TX 78726 888-4024347 MAJ STRS, MIN STRS, MISC, PAINT, RST AREA, UNDRGRD UTIL WK PO BOX 1152 BRYAN TX 778081152 2712 BARTONS BLUFF LANE 13430 NORTHWEST FREEWAY, SUITE 350 AUSTIN TX 78746 HOUSTON TX 77040 BRUNO CONCRETE 6711 RAMPART SUITE, 104 HOUSTON TX 77081 C & C TRAFFIC CONTROL C.I.T. DELIVERY PICK UP SERVICES 5939 BOYCE SPRINGS DR HOUSTON TX 77066 14734 BELTERRAZA DRIVE HOUSTON TX 77083 979-7757752 713-7038787 832-6150310 713-6673458 713-4784171 281-5306593 BOWES LAND SURVEYING, LLC BREWER & ESCALANTE ASSOCIATES, INC. CALCO CONTRACTING, LTD. 8000 BERWYN DRIVE HOUSTON TX 77037 281-4482620 CAS COMPANIES, L.P. 1306 FM 1092, STE. 304 MISSOURI CITY TX 77459 CCC BLACKTOPPING, LLC CHIRON COMMUNICATION SERVICES, LLC P.O. BOX 1865 ONALASKA TX 77360 13827 CAVEN ST. 600 SOUTH SHERMAN STREET,SUTIE 102 HUMBLE TX 77396 RICHARDSON TX 75081 100 TAYLOR STREET SAN ANTONIO TX 78205 PO BOX 209 BARKER TX 77413 CIRRUS ASSOCIATES, LLC COMMUNICATION NETWORK DESIGN, INC. CONSTRUCTION AND MANAGEMENT PROFESSIONALS Zip 281-4994747 936-4643684 281-4414951 972-6808555 210-4951888 713-2023237 PROF SERV ILLUM PROF SERV ILLUM, MISC, TRAF CONT DEV PROF SERV PROF SERV MIN STRS TRAF CONT DEV HAULING CON PAV, ERTHWRK, LANDSCP, MIN STRS, UNDRGRD UTIL WK ASPH, CON PAV, ERTHWRK, FENCING, MAJ STRS, MIN STRS, PAINT, RST AREA, UNDRGRD U TIL WK ASPH MISC MISC MISC MISC CONTRACTORS PAVING SUPPLY, LLP COOMBS ENGINEERING SERVICES CORNERSTONE PAVING AND CONSTRUCTION, L.L.C. COWGIRL HOLDINGS, LLC DBA COWGIRL SUPPLY PO BOX 2368 STAFFORD TX 774972368 1710 STONECREST TRAIL WYLIE TX 75089 P.O. BOX 2382 BRENHAM TX 77834 16100 CAIRNWAY DR. HOUSTON TX 77084 P.O. BOX_732 17311 DALLAS PARKWAY, SUITE 200 KENDLETON TX 77451 DALLAS TX 75248 2154 A CHENAULT DR. 527 W. ESPLANADE AVE., STE 200 CARROLLTON TX 75006 KENNER LA 70065 12600 BISSONNET A4-438 HOUSTON TX 77099 SAN ANTONIO TX 78297 DORAN STEEL, INC. ENVIRONMENTAL SOLUTIONS, INC. 15943 BOULVARD RD 105 SOUTHBELT INDUSTRIAL DRIVE 13201 NORTHWEST FREEWAY, SUITE 503 HOUSTON TX 77047 HOUSTON TX 77040 ENVIROTEST, LTD 3902 BRAXTON DRIVE HOUSTON TX 77063 ESTRIDGE & ASSOCIATES, INC. FIRST MATERIALS & TECHNOLOGY, INC. FORDE CONSTRUCTION COMPANY, INC. G.W. PHILLIPS CONCRETE CONSTRUCTION, INC. 512 FOUNTAINWOOD ARLINGTON TX 76012 P.O. BOX 831 CAMERON TX 76520 6842 CALLE LOZANO DRIVE HOUSTON TX 77041 117 OATES ROAD HOUSTON TX 77013 GEOSOURCE, INC. BULVERDE TX 781163 HALFORD BUSBY, LLC 29768 BULVERDE LANE 17350 STATE HWY 249, SUITE 110 HOUSTON TX 77064 281-2088839 214-2874696 979-8361105 281-5509133 979-5310237 972-2502727 469-8920123 504-4686129 832-3597833 210-4784765 713-8004000 713-9349944 713-7824411 817-7043899 254-6973131 713-4660511 713-6749400 830-4388522 281-9201100 HALTOM CONSTRUCTION 5781 HARRIS LAKE ROAD MARSHALL TX 75672 903-9384950 PROF SERV ASPH, CON PAV, ERTHWRK, FENCING, HAULING, RST AREA, UNDRGRD UTIL WK HAYDEN PAVING, INC. 4710 WINDSONG TRAIL HOUSTON TX 77084 281-8557710 ASPH, ERTHWRK, MIN STRS, TRAF CONT DEV CROSS TEX CURBS DAL-TECH ENGINEERING, INC. DGF HOLDINGS, LTD DBA HERITAGE CONSTRUCTION DIGITAL ENGINEERING & IMAGING, INC. DIRECT BLIND & DRAPERY CLEANING SERVICE DIRT BOYS, INC. MAT SUP PROF SERV MIN STRS MAT SUP CON PAV PROF SERV MISC PROF SERV MISC ASPH, ERTHWRK, LANDSCP CON PAV, MAJ STRS, MIN STRS MISC MISC PROF SERV MAT SUP, MISC ASPH, CON PAV, ERTHWRK, MAJ STRS, MIN STRS, MISC CON PAV, ERTHWRK, UNDRGRD UTIL WK LANDSCP, MAT SUP HIGHWAY SODDING & SEEDING, INC. 5403 RED OAK LANE SPRING TX 77379 JL FLOYD SERVICES, LLC 2807 SHADY LANE WEBSTER TX JONES OIL 4828 N. SHEPHERD DRIVE HOUSTON TX 77598 770182216 JTB SERVICES 9026 LAMBRIGHT ROAD HOUSTON TX 77075 JTS TRUCKING CORP. KOSSMAN CONTRACTING CO., INC. LANDSCAPE CONTRACTING AND IRRIGATION, INC. 3230 W. FUQUA ST. HOUSTON TX 77045 6125 W GULF BANK RD. HOUSTON TX 77088 P.O. BOX 707 8955 KATY FREEWAY, SUITE 215 24 GREENWAY PLAZA, SUITE 1508 PATTISON TX 77466 HOUSTON TX HOUSTON TX 77024 770462401 19818 SHALLOW SHAFT LANE 16633 N. DALLAS PARKWAY, SUITE 600 RICHMOND TX 77407 ADDISON TX 75001 KANSAS CITY M O 64114 9702 SYNOTT ROAD 10701 CORPORATE DRIVE, SUTIE 100 HOUSTON TX 77083 STAFFORD TX 77477 12770 COIT ROAD, STE 210 DALLAS TX PO BOX 2440 ORANGE TX 75251 776312440 11603-B WINDFERN 150 W. PARKER ROAD SUITE 505 HOUSTON TX 77064 HOUSTON TX 77076 9901 IH 10 WEST, SUITE 800 SAN ANTONIO TX 78230 606 ELLINGTON DRIVE GRAPEVINE TX 76051 PO BOX 12310 EL PASO TX 79913 MARSH DARCY PARTNERS, INC MATRIX STRUCTURAL ENGINEERS MD MADISON CONSTRUCTION, LLC MPR GROUP, INC. MUSTARDSEED CULTURAL AND ENVIRONMENTAL SERVICES, LLC NBG CONSTRUCTORS, INC. NEC CONSTRUCTION LTD. NEWMAN JACKSON BIEBERSTEIN, INC. NORMAN HIGHWAY CONSTRUCTORS, INC. PELTIER BROTHERS CONSTRUCTION, LTD. POSSIBLE MISSIONS PRECISION SCHEDULING CONSULTANTS,LLC RESEARCH & DEMOGRAPHIC SOLUTIONS, LLC REXCEL COATINGS CORPORATION 222 W. GREGORY BLVD., SUITE 211 281-3762956 832-8584251 713-6942329 713-9413232 703-4053264 281-5917654 281-9343001 713-6479880 713-6640130 713-4180272 469-7375657 816-3332424 281-4950842 281-5657313 972-2332033 409-9880326 281-8944949 713-2713746 210-3805691 817-7062026 915-5849491 LANDSCP ILLUM, MISC, UNDRGRD UTIL WK MISC ERTHWRK, HAULING, MAJ STRS, MISC HAULING, MISC FENCING, LANDSCP, MISC LANDSCP MISC PROF SERV CON PAV, LANDSCP, PAINT PROF SERV MISC MAJ STRS, MIN STRS UNDRGRD UTIL WK PROF SERV ASPH, CON PAV, ERTHWRK, MIN STRS, TRAF CONT DEV CON PAV, ERTHWRK, MAJ STRS, MIN STRS, UNDRGRD UTIL WK MISC MISC MISC MAT SUP RUSH CREEK CONSULTING, INC. SANDOSE GLOBAL HOLDINGS, LLC SCOHIL CONSTRUCTION SERVICES, LLC SEMARCK LANDSCAPE SERVICES, INC. SLACK & CO. CONTRACTING, INC. P.O. BOX 14136 ARLINGTON TX 76013 P.O. BOX 18952 SUGAR LAND TX 77496 15821 FM 529, #116 HOUSTON TX 77095 7827-A HARMS ROAD HOUSTON TX 77041 2990 HOLMES ROAD TX 77051 SOLKANAVATORNO, LLC SOUTHWEST ROAD & SAFETY CONTRACTORS, LLC SOUTHWEST SIGNAL SUPPLY, INC. SPECIALTY OBSERVATION SERVICES, LLC SPRING CREEK CONSTRUCTION, INC. 6262 WEBER ROAD, SUITE 310 HOUSTON CORPUS CHRISTI TX TX PO BOX 125 HOUSTON SOUTH HOUSTON 78413 772580691 TX 77587 P.O. BOX 172485 ARLINGTON TX 76003 P.O. BOX 9574 TX 77387 STRIPE-A-ZONE, INC. STRIPES & STOPS COMPANY, INC. 2714 SHERMAN STREET SPRING GRAND PRAIRIE TX 75051 2323 GREENS ROAD HOUSTON TX 77032 SULLIVAN LAND SERVICES LTD TERRA NOVA CONSUTLTING, INC. TRAFFIC SYSTEMS CONSTRUCTION, INC. W.P. ENGINEERING CONSULTANTS, INC. YORK & YORK FOUNDATION DRILLING, INC. P O BOX 131486 11200 WESTHEIMER RD. SUITE 890 HOUSTON TX 77219 HOUSTON TX 77042 PO BOX 1346 7240 BRITTMOORE ROAD, SUITE #119 DICKINSON TX 77539 HOUSTON TX P.O. BOX 11005 HOUSTON TX 77041 772931005 PO BOX 580691 817-9138764 713-9815353 281-9558375 713-3394340 713-8387300 361-8541471 281-2918602 713-9467162 817-6140814 281-3675263 972-6472714 281-8213307 713-8808411 713-4828787 281-3371926 281-4484888 281-4422200 PROF SERV MISC CON PAV, ERTHWRK, MIN STRS, UNDRGRD UTIL WK FENCING, LANDSCP CON PAV, ERTHWRK, UNDRGRD UTIL WK PROF SERV FENCING, MIN STRS, TRAF CONT DEV TRAF CONT DEV MISC CON PAV, ERTHWRK, LANDSCP, MIN STRS TRAF CONT DEV MAT SUP, TRAF CONT DEV ASPH, CON PAV, ERTHWRK, HAULING, LANDSCP, MAJ STRS, MIN STRS, MISC MISC ILLUM, MAJ STRS, TRAF CONT DEV, UNDRGRD UTIL WK ILLUM, PROF SERV, UNDRGRD UTIL WK MAJ STRS