Microsoft Word - RFQ for Consultant Services.doc

advertisement
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
Download