microsoft word – rfq for consultant services.doc – gulf coast center

98
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

Upload: lyminh

Post on 24-Jan-2017

221 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 2: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

GENERAL

PURPOSEGulf 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.

BACKGROUNDGCC 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

2

Page 3: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

service met its expected demand. Both park and ride services are branded Island Connect, which are operated by Island Transit under contract with GCC.

CONTRACT PRIORITIESOver 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 [email protected] .

3

Page 4: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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.

EXHIBITSAttachments 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

INSURANCEThe Respondent shall meet or exceed ALL insurance requirements set forth in Exhibit A, Minimum Insurance Requirements.

GCC BUSINESS CODE OF CONDUCTGCC 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

Page 5: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

comply with the GCC’s Business Code of Conduct in Exhibit B.

CONFLICT OF INTERESTEffective 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 CLAUSESThe 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 nd /o r S m a l l B us i n e s s E n t e rp r i s e s ( S BE 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 POLICYIn 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

Page 6: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 TAXAll 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 SCHEDULEIssue 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

Page 7: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 CenterAttn: James Hollis4352 E.F. Lowry ExpresswayTexas City, Texas 77591

RESPONSESAny 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

Page 8: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 NEGOTIATIONSIn 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 AWARDThe 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.

PROTESTSAny 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

Page 9: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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; and7. 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

Page 10: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 QUALIFICATIONSIn 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

Page 11: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

2. Federal and State Grant Management and Compliance3. Technical Services Support4. Utilization of Innovative Federal Tools and Finance Mechanisms5. Procurement and Project Administration6. Facility Development & Design and Engineering Services7. Construction Phase Design, Administration, and Management Services8. Legal, Legislative and Intergovernmental Support9. 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.

SUBMISSIONStatements 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 DirectorGulf Coast Center/Connect Transit4352 E.F. Lowry ExpresswayTexas City, TX77591

ADDITIONAL CONTACT INFORMATIONQuestions may be submitted only in writing to Mr. James Hollis at [email protected] 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

Page 12: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

ELECTRONIC FORMAT OF RFQThis RFQ and subsequently issued addenda can be accessed at

http://gulfcoastcenter.org/connecttransitnews.aspx.

TECHNICAL EXPERTISEWork 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 SUPPORTConsultant 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 (Houston-

Galveston Area Council); and Texas Department of Transportation grants programs and regulations.

FEDERAL AND STATE GRANT MANAGEMENT AND COMPLIANCERespondent 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 Limited English Proficiency Requirements of Title VI of the Civil Rights Act of 1964

12

Page 13: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

Equal Employment Opportunity National Transit Database Reporting Pending FTA Safety and Assets Management Requirements Construction Compliance with Federal Requirements

TECHNICAL SERVICES SUPPORTRespondent 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 Transit Planning and DemandAnalysiso Architectural Renderingso Traffic Analysiso Parking Demand Analysiso Capital Cost Estimatingo Value Engineering of Capital Development Planso 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

Page 14: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

UTILIZATION OF INNOVATIVE FEDERAL TOOLS AND FINANCE MECHANISMSRespondent 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 ADMINISTRATIONRespondent 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, project-related 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

Page 15: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

CONSTRUCTION PHASE DESIGN, ADMINISTRATION, AND MANAGEMENT SERVICESRespondent 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 SUPPORTRespondent 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

Page 16: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 QUALIFICATIONSThe 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

Page 17: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 18: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

d. DBE or SBE Subcontractor Certification (See Exhibit I) - Lead Consultant and Subcontractor(s), if applicable.

SELECTION CRITERIAGCC will rank responses based on the selection criteria listed below. GCC reserves the right to interview respondents as a part for the evaluation processes.

CriteriaScore

(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

Page 19: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

EXHIBIT A – MINIMUM INSURANCE REQUIREMENTSThe 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.

$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.

C. Automobile Liability Coverage: $300,000 Combined Liability Limits. Bodily Injury and Property Damage

Combined.GCC shall be named as "additional insured" on automobile policy.

Page 20: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

EXHIBIT B –GCC BUSINESS CODE OF CONDUCTGCC

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.

Page 21: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 22: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 23: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 24: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 25: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 26: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 non-work 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)

Page 27: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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.

Page 28: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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.

Page 29: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

EXHIBIT C - CONFLICTOFINTERESTQUESTIONNAIRE

CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity

FORM CIQ

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).

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.

OFFICE USE ONLY Date Received

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

Page 30: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center
Page 31: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 32: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 non-Federal 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

Page 33: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 34: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 35: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

21. TERMINATION

The contract may be terminated under the following conditions:a. 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.

b. 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.

c. 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.

d. 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

Page 36: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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.

e. 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

Page 37: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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

Page 38: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 binding upon the Respondent/Contractor and the Respondent/Contractor shall abide be the decision.

b. Performance During Dispute - Unless otherwise directed by GCC, Respondent/Contractor shall continue performance under this contract while matters in dispute are being resolved.

c. 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.

d. 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.

e. 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.

f. 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.

26. 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

Page 39: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 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 DOT-assisted 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.

c. 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.

d. 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 DOT-assisted 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)).

e. 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; andvii. Written confirmation from the DBE subcontractor that it is participating in the

contract as provided in the commitment made under (8) (Exhibit I). f. 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

Page 40: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 –

Page 41: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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.

Page 42: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 non-responsive 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 non-responsive.

Firm Name: __________________________________________

Address:______________________City:______________State: _____ Zip: ________

Type Name By: __________________________________________

Signature of Authorized Official:__________________________________________

Title: __________________________________________

Date:__________________

Page 43: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 "Government-wide 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: __________________

Page 44: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center
Page 45: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

EXHIBIT G - GOVERNMENTWIDE 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

Page 46: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

INSTRUCTIONS FOR CERTIFICATIONBy signing and submitting this response, the Respondent/Contractor is providing the certification set out below.

1. 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.

2. 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.

3. 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.

4. 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).

5. 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.

6. 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.

7. 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.

8. 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.

9. 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.

Page 47: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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 non-DBE,( 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 AmericanProject 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

non-DBE

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

Page 48: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center
Page 49: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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. TO: (Respondent/Contractor): __________________________________________________________2. 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.3. 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) _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________.

4. 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: _____________________________________________________________________________

Respondent/Date: ______________ Prime Contractor: _________________________________________________

Signature: _______________________________________________________________________________

Print Name: _______________________________________________________________________________

Phone Number: _____________________________________________________________________________

Covered Action: REQUEST FOR STATEMENTS OF INTREST AND QUALIFICATIONS. NO. 2014-TRANSIT-002, For Public Transportation Consulting Including Planning, Design, and Construction Phase Services

Page 50: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

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.

From: To:

7. Telephone Number 8. Date of Contract Award

9. Schedule Date of Completion

10. Original Contract Amount

11. Current Contract Modifications

12. Total Amount Received to Date

13. Total Amount Owed

$ $ $ $

14. Committed DBE %15. Actual DBE Participation to date

16. Actual DBE % to Date

$ #VALUE!

17 18 19 20 21 22 23 24

Name of DBE Subcontractor

Description of Work

Amount of payments made during current invoice period

Date of payments made during current invoice period

Subcontract Dollars Amount paid to date

Percent Paid to Date

Amount of this invoice

allocated to DBE

subcontractor

(Add rows to the table, as needed, to complete this section)

Date Signed

CONTRACTOR PAYMENT REPORT FORM

4. Contractor's Business Name 5. Contact Person 6. Address

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.

1. Contract Number, if applicable 2. Invoice Number

3. Reporting Period

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 Name and Title of Individual Completing Report

Page 51: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

EXHIBIT K – DBE AND SBE DIRECTORIESGCC DBE Directory (As of 4/1/2014)

Company Name Street City ST Zip Phone Owner Email

Architectural Services(541310)            

ARCHI*TECHNICS/3, INC.

5555 WEST LOOP SOUTH SUITE. 400 BELLAIRE TX 77401

713-868-0088

CHRISTUS N. POWELL JR. [email protected]

ARCHITECT FOR LIFE - A PROFESSIONAL CORPORATION

2450 LOUISIANA STREET, SUITE 400-233 HOUSTON TX 77006

888-986-7771 LOLALISA KING [email protected]

AUTOARCH ARCHITECTS, LLC

6200 SAVOY DRIVE, SUITE 100 HOUSTON TX 77036

713-952-3366 LINA SABOUNI [email protected]

BRAVE/ARCHITECTURE INC.

4617 MONTROSE BOULEVARD, SUITE C230 HOUSTON TX 77006

713-524-5858

FERNANDO LUIS BRAVE [email protected]

CAROL VICK ARCHITECT LLC

2000 NORTH LOOP WEST STE.240 HOUSTON TX 77018

713-316-9210

MARGARET CAROL VICK [email protected]

CRE8 INCORPORATED

3815 MONTROSE BLVD, SUITE 123 HOUSTON TX 77006

713-526-2738

GEORGE WATANABE [email protected]

ENGLISH + ASSOCIATES ARCHITECTS, INC.

1919 DECATUR STREET HOUSTON TX 77007

713-850-0400

KATHLEEN A. ENGLISH [email protected]

ESTUDIO P.C.

2 OAK HOLLOW CIRCLE CYPRESS TX 77429

832-771-4873

MANUEL ESQUIVEL [email protected]

HARRISON KORNBERG ARCHITECTS, LLC

3131 EASTSIDE, SUITE 100 HOUSTON TX 77098

713-229-0688

JAMES B. HARRISON, III [email protected]

HUERTA & ASSOCIATES ARCHITECTS, PC

5177 RICHMOND AVE. #1240 HOUSTON TX 77056

713-439-1008 WALLY HUERTA [email protected]

HUNTER-MOODY ARCHITECTS, INC.

9800 RICHMOND AVENUE, SUITE 550 HOUSTON TX 77042

713-621-5787

SUSAN HUNTER-MOODY [email protected]

Page 52: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

KJ ARCHITECTS LLC22731 JOHNDALE CT KATY TX 77494

713-261-3665 KAFIL JAMIL [email protected]

LLEWELYN-DAVIES SAHNI, INC.

5120 WOODWAY DRIVE, STE. 8010 HOUSTON TX

77056-1723

713-850-1500 RANDHIR SAHNI [email protected]

MOLINA WALKER ARCHITECTS, INC.

6161 SAVOY DRIVE SUITE 1212 HOUSTON TX 77036

713-782-8188

MARY JANE WALKER [email protected]

NATALYE APPEL & ASSOCIATES ARCHITECTS, LLC

2523 BARTLETT STREET HOUSTON TX 77098

713-522-7992

NATALYE LORRAINE APPEL [email protected]

RANDALL HARRIS & ASSOCIATES, ARCHITECT

16043 BARBAROSSA DRIVE HOUSTON TX 77083

832-545-6319

RANDALL HARRIS [email protected]

REY DE LA REZA ARCHITECTS, INC.

1245 WEST 18TH STREET HOUSTON TX 77008

713-868-3121

LORIE ANN WESTRICK [email protected]

ROBERT ADAMS, INC.

11843 LOVELAND PASS HOUSTON TX 77067

281-272-7000

ROBERT LEE ADAMS, JR. [email protected]

STOA INTERNATIONAL ARCHITECTS, INC.

6001SAVOY DRIVE, SUITE 100 HOUSTON TX 77036

713-995-8784

PRESIDENT CHAO-CHIUNG LEE [email protected]

Landscape Architectural Services(541320)          

ASAKURA ROBINSON COMPANY LLC

1902 WASHINGTON AVENUE, SUITE A HOUSTON TX

77007-6133

713-337-5830

PRESIDENT KEIJI ASAKURA [email protected]

JOHN EVANS AND ASSOCIATES, LLC

P.O. BOX 941733 HOUSTON TX 77094

409-771-0903 JOHN EVANS [email protected]

LAUREN GRIFFITH , INC.

5252 WESTCHESTER STREET, SUITE 170 HOUSTON TX 77005

713-838-7120

LAUREN GRIFFITH KENT

[email protected]

MAINTENANCE TO GO, INC.

10536 EAST HARDY ROAD HOUSTON TX 77093

713-802-0330 PAUL BUSTOZ [email protected]

MARY L. GOLDSBY ASSOCIATES

112 NORTHWOOD STREET HOUSTON TX 77009

713-802-2799

MARY L. GOLDSBY [email protected]

ROBERTA F. BURROUGHS & ASSOCIATES

POST OFFICE BOX 741633 HOUSTON TX

77274-1633

713-266-0960

ROBERTA F. BURROUGHS [email protected]

Page 53: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

URBANCORE COLLABORATIVE INC.

17622 QUIET LOCH LANE HOUSTON TX 77084

281-762-4150

SUHAG KANSARA [email protected]

VITRO DESIGN STUDIO

2822 RUSSETT PLACE WEST PEARLAND TX 77584

832-621-6475 MARI VITRO [email protected]

WINDROSE LAND SERVICES, INC.

3200 WILCREST DR., SUITE 325 HOUSTON TX 77042

713-458-2281

JEANNE KIDWELL

[email protected]

Engineering Services(541330)            

AIA ENGINEERS, LTD.15310 PARK ROW HOUSTON TX 77084

281-493-4140

PRESIDENT ASHRAF ISLAM [email protected]

AKARI ENERGY, LLC PO BOX 920824 HOUSTON TX77292-

0824713-869-2656 FRANK MOLINA [email protected]

ALL-TERRA ENGINEERING, INC.

5906 JESSAMINE ROAD, SUITE B-8 HOUSTON TX 77081

713-574-2371

HADDIS TEWOLDE, PE [email protected]

ALPHA SIM TECHNOLOGY, INC.

21324 PROVINCIAL BLVD. KATY TX 77450

281-698-8004

VISHAKH B. MANTRI [email protected]

AMBIEE ENGINEERS, INC.

15218 LANTERN CREEK LANE HOUSTON TX 77068

281-772-8274

AMARJIT S. AMBIEE [email protected]

APEX CONSULTING GROUP, INC.

P. O. BOX 218860 HOUSTON TX 77218

713-779-5700

CHARLES MGBEIKE [email protected]

ARK ENGINEER AND CONSULTANTS, INC.

9449 BRIAR FOREST DRIVE, SUITE 4515 HOUSTON TX 77063

832-236-7165

JAMES SIDNEY HARVEY [email protected]

ASA DALLY, INC.

9800 RICHMOND AVE., SUITE 460 HOUSTON TX

77042-4524

713-337-8881

SAADUDDIN AHMED [email protected]

ASSOCIATED TESTING LABORATORIES, INC.

3143 YELLOWSTONE BOULEVARD HOUSTON TX 77054

713-748-3717 JASBIR SINGH [email protected]

AUSTIN-REED ENGINEERS, LLC

6830 N. ELDRIDGE PKWY, SUITE 209 HOUSTON TX 77041

832-467-0088

SYDNEY W. AUSTIN [email protected]

AUTOMATION NATION, INC.

1700 GAZIN STREET HOUSTON TX 77020

713-906-7115

RICHARD A. KENDALL [email protected]

AVILES ENGINEERING CORPORATION

5790 WINDFERN RD. HOUSTON TX 77041

713-895-7645 SHOU T. HU [email protected]

Page 54: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

B. J. MEHTA, INC.754 TIMBERHILL HOUSTON TX 77024

713-320-2140

BHUPENDRA J. MEHTA [email protected]

BAKALOVIC ENGINEERING GROUP, LLC

3301 EDLOE STREET, SUITE 300 HOUSTON TX 77027

713-677-0769

SEJLA BAKALOVIC [email protected]

BAKER & LAWSON, INC. 300 CEDAR ST. ANGLETON TX 77515

979-849-6681

HERBERT S. SMITH [email protected]

BOCCI ENGINEERING, LLC

12709 PINE DRIVE CYPRESS TX 77429

713-575-2400 LIANNE LAMI [email protected]

CHARLES D. GOODEN CONSULTING ENGINEERS, INC.

2320 HOLMES ROAD, SUITE A HOUSTON TX

77051-1014

713-660-6905

CHARLES D. GOODEN [email protected]

CHIEN ASSOCIATES, INC.

10700 RICHMOND AVENUE, SUITE 145 HOUSTON TX 77042

713-785-0334 JONG S. CHIEN [email protected]

CIVIL SYSTEMS ENGINEERING, INC.

2299 LONE STAR DRIVE, SUITE 239

SUGAR LAND TX 77479

713-782-3811 DEREN LI [email protected]

CIVILTECH ENGINEERING, INC.

11821 TELGE ROAD CYPRESS TX 77429

281-304-0200

MELVIN G. SPINKS [email protected]

COASTAL TESTING LABORATORIES, INC.

POST OFFICE BOX 87653 HOUSTON TX 77287

713-477-0121 HENRY PENA [email protected]

CONCEPT ENGINEERS, INC.

2550 NORTH LOOP WEST, SUITE 200 HOUSTON TX 77092

713-552-9200

YOGESH C. SHARMA [email protected]

CONNIE E CLARK, P.E.

4232 SUNSET BLVD. HOUSTON TX 77005

713-894-2913

CONSTANCE CLARK [email protected]

CSF CONSULTING, L.P.

3 PARKWAY PLACE HOUSTON TX 77040

832-678-2110

CARLOS GUTIERREZ [email protected]

C3S, INC.7100 REGENCY SQUARE BLVD. HOUSTON TX 77036

713-432-9200

SAMUEL EBOW COLEMAN [email protected]

DAB ENGINEERING AND TESTING, L.L.C.

6115 WESTBRANCH DR. HOUSTON TX 77072

281-495-2249

DR. DOKUN ABASS [email protected]

DAE & ASSOCIATES, LTD.

800 VICTORIA DRIVE HOUSTON TX

77022-2908

713-699-4000

DAVID A. EASTWOOD [email protected]

EDP ENGINEERS AND INSPECTORS, LLC

14419 WILLOWSONG COURT

MISSOURI CITY TX 77489

281-416-9660

GERALD C. REECE [email protected]

EMERALD STANDARD SERVICES, INC.

520 PRESTON AVENUE PASEDENA TX

77503-1229

713-473-1000

ROGELIO POMBROL [email protected]

Page 55: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

ENSIGHT, INC.

1776 YORKTOWN, SUITE 300 HOUSTON TX 77056

713-621-0725 MARK D. LILIE [email protected]

ENTECH CIVIL ENGINEERS, INC.

16360 PARK TEN PLACE, SUITE 230 HOUSTON TX 77084

281-945-0069

JUAN ANTONIO GELACIO [email protected]

ESOR CONSULTING ENGINEERS, INC.

6027 DOVER HOUSE WAY SPRING TX 77389

832-384-9537

JOHN RODRIQUEZ [email protected]

FCM ENGINEERS, PC

9700 RICHMOND AVENUE, SUITE 250 HOUSTON TX 77042

713-706-4412

FRANK MBACHU [email protected]

FERGUSON CONSULTING, INC.

37602 TOURNAMENT LANE MAGNOLIA TX 77355

281-252-9232

CAROLYN FERGUSON [email protected]

FIVENGINEERING, LLC

6006 BASSETDALE LANE HOUSTON TX 77084

713-775-7701

ELIZABETH PARENT [email protected]

FRAYRE ENGINEERING & CONSULTING LLC

2914 CEDAR WOODS PLACE HOUSTON TX 77068

713-320-2163

PATRICIA FRAYRE [email protected]

GC ENGINEERING, INC.

2505 PARK AVENUE PEARLAND TX 77581

281-412-7008

CHANDRAKANTHI S. RODRIGO [email protected]

GEOTEST ENGINEERING, INC.

5600 BINTLIFF DRIVE HOUSTON TX 77036

713-266-0588

RAVI RAJ YANAMANDALA [email protected]

GUNDA CORPORATION, LLC

6161 SAVOY, SUITE 550 HOUSTON TX 77036

713-541-3530

RAMESH GUNDA [email protected]

HENDERSON + ROGERS, INC.

2603 AUGUSTA, SUITE 800 HOUSTON TX 77057

713-430-5800

KAREN ELAINE ROGERS [email protected]

HUNT & HUNT ENGINEERING CORPORATION

P.O. BOX 771294 HOUSTON TX 77215

713-780-9554 LARRY HUNT [email protected]

HVJ ASSOCIATES, INC.

6120 SOUTH DIARY ASHFORD STREET HOUSTON TX 77072

281-933-7388

HERBERT V. JOHNSON [email protected]

INGENIUM, INC.

7700 SAN FELIPE STREET, SUITE 110 HOUSTON TX 77063

713-339-9160

HARENDRA MAHENDRA [email protected]

ISANI CONSULTANTS, L.P.

3143 YELLOWSTONE BOULEVARD HOUSTON TX 77054

713-747-2311 JASBIR SINGH [email protected]

Page 56: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

JAG ENGINEERING, INC.

9900 WESTPARK DRIVE, SUITE 269 HOUSTON TX 77063

713-977-7550

JOHN ANDREW GUAJARDO [email protected]

JAYMARK ENGINEERING CORPORATION

16000 STUEBNER AIRLINE, SUITE 280 SPRING TX 77379

281-374-0399

MARK D. TAYLOR. [email protected]

JONES ENGINEERS, L. P.

9820 WHITHORN DRIVE HOUSTON TX 77095

713-222-7766

NORMAN C. JONES [email protected]

KBH TRAFFIC ENGINEERING

13423 BRADBRIDGE LN. HOUSTON TX 77082

832-250-1861 KETI HRISTOVA [email protected]

KENALL INC.

8101 WESTGLEN DRIVE HOUSTON TX 77063

832-251-8200

PRASHANTHI PRASAD [email protected]

KIT PROFESSIONALS, INC.

2825 WILCREST DRIVE, SUITE 600 HOUSTON TX 77042

713-783-8700

SUDHAKAR KALAGA [email protected]

KUO & ASSOCIATES, INC.

10700 RICHMOND AVENUE, SUITE 113 HOUSTON TX 77042

713-975-8769

SHAHEEN CHOWDHURY

[email protected]

MARSHALL ENGINEERING CORPORATION

715 N HOUSTON AVE HUMBLE TX

77338-3759

281-852-4131

RAYFORD R. MARSHALL [email protected]

MARTINEZ, GUY & MAYBIK, INC.

2470 GRAY FALLS DRIVE, SUITE 100 HOUSTON TX 77077

281-679-0335

RICARDO MARTINEZ [email protected]

MATRIX STRUCTURAL ENGINEERS, INC.

24 GREENWAY PLAZA #1508 HOUSTON TX 77046

713-664-0130

MOYEEN HAQUE [email protected]

MDA ENGINEERS, INC

11767 KATY FREEWAY SUITE 340 HOUSTON TX 77079

281-794-3013 EDWIN LLOYD [email protected]

MEDRANO AND ASSOCIATES, PLLC

5510 SOUTH RICE 2132 HOUSTON TX 77081

713-667-2340

OSCAR MEDRANO [email protected]

MEP GREEN DESIGNS, PLLC

1250 BAY AREA BLVD., SUITE D HOUSTON TX 77058

832-276-0752 SOI TRUONG [email protected]

MEP-IT ENGINEERS

6117 RICHMOND AVE., SUITE 250 HOUSTON TX 77057

281-451-6818

ANWAR HASSAN [email protected]

Page 57: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

MIDTOWN ENGINEERS, LLC

5225 KATY FRWY STE. 400 HOUSTON TX 77007

713-862-8848

RAMON HERRERA/ KAY MCDANIEL [email protected]

MISSION ENGINEERING, INC.

10260 WESTHEIMER ROAD, SUITE 585 HOUSTON TX 77042

713-981-0018

YIFENG ZHUANG [email protected]

MORENO ENGINEERING, INC.

1521 GREEN OAK PLACE, STE 190

KINGWOOD TX 77339

281-359-0133 JUAN MORENO [email protected]

MSI ENGINEERS, INC

9950 CYPRESSWOOD, SUITE 224 HOUSTON TX 77070

832-688-8879

CYNTHIA L. KELSCH-STRAUGHAN [email protected]

NATHELYNE A. KENNEDY & ASSOCIATES, L.P.

6200 SAVOY DRIVE, SUITE 1250 HOUSTON TX 77036

713-988-0145

NATHELYNE A. KENNEDY [email protected]

NEDU ENGINEERING SERVICES

P.O. BOX 540831 HOUSTON TX 77254

713-268-1666

NKEMDI OHALETE [email protected]

NORTH AMERICAN CONTROLS CORPORATION

11680 BEAMER ROAD, SUITE D HOUSTON TX 77089

281-481-3073

DANIEL SAUCEDO [email protected]

OMEGA ENGINEERS, INC.

16360 PARK TEN PLACE, SUITE 325 HOUSTON TX 77084

713-647-9182

RICHARD CASTANEDA [email protected]

OTHON, INC.

11111 WILCREST GREEN DR., SUITE 128 HOUSTON TX 77042

713-975-8555

PRESIDENT F. WILLIAM OTHON [email protected]

P&D PROFESSIONAL SERVICES, INC.

12155 LISMORE LAKE DR CYPRESS TX 77429

281-743-4475 PAULA PRICE [email protected]

PARAMOUNT ENGINEERING, LLC

7322 SOUTHWEST FREEWAY, SUITE 1050 HOUSTON TX

77074-2010

713-636-9977

MOHAMMAD MIRZA [email protected]

PROGRESSIVE CONSULTING ENGINEERS, PLLC

5507 MAVERICK POINT LN. KATY TX 77494

281-630-5485

MOHAMMED IRFAN [email protected]

QUADRANT CONSULTANTS INC.

7322 SOUTHWEST FREEWAY, SUITE 470 HOUSTON TX 77074

713-779-2990

PETER R. JORDAN [email protected]

RAMOS CONSULTING, LLC

2303 RR 620, SUITE #135-409 LAKEWAY TX 78734

713-449-3065

ADALBERTO J. RAMOS

[email protected]

Page 58: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

REKHA ENGINEERING, INC.

5301 HOLLISTER, SUITE 190 HOUSTON TX 77040

713-895-8080

DINESH ENGINEER [email protected]

RODS SUBSURFACE UTILITY ENGINEERING, INC.

6810 LEE ROAD, SUITE 300 SPRING TX 77379

281-257-5248

HILDA S. O. LEASE [email protected]

SANDOVAL ENGINEERS & SURVEYORS, INC.

1802 TATTENHALL HOUSTON TX 77008

713-862-6702

RODOLFO SANDOVAL [email protected]

SANPEC, INC.

11819 SKYDALE DRIVE TOMBALL TX

77375-1834

281-516-7269 AJAY MALLIK [email protected]

SES HORIZON CONSULTING ENGINEERS, INC.

10101 SOUTHWEST FREEWAY, SUITE 400 HOUSTON TX 77074

713-988-5504

EPIFANIO E. SALAZAR, JR. [email protected]

SHAN ENGINEERING, INC.

9039 KATY FREEWAY, SUITE 216 HOUSTON TX 77024

832-615-9308

MOHAMMED A. SIDDIQUI [email protected]

SIRRUS ENGINEERS, INC.

3100 TIMMONS LANE, SUITE 500 HOUSTON TX

77027-5953

713-334-7300

SUJEETH DRAKSHARAM [email protected]

SITE AND FIELD ENGINEERING, LLC

5450 NW CENTRAL, STE. 100 HOUSTON TX 77092

713-823-8134

MARK E. NELSON [email protected]

TERAN GROUP LLC

888 WEST SAM HOUSTON PARKWAY SOUTH, SUIT HOUSTON TX 77042

713-244-9795

ORLANDO JOSE TERAN [email protected]

TERRE SOLUTIONS, LLC

8524 HIGHWAY 6 NORTH, SUITE 329 HOUSTON TX 77095

832-372-2226

N'TAKPE SERGE BORAUD [email protected]

THE MURILLO COMPANY

10325 LANDSBURY DRIVE, SUITE 400 HOUSTON TX 77099

281-933-9702 ANN MURILLO [email protected]

TLC ENGINEERING, INC.

8204 WESTGLEN DRIVE HOUSTON TX 77063

713-868-6900

PRESIDENT TONY COUNCIL [email protected]

ULRICH ENGINEERS, INC.

2901 WILCREST DRIVE, SUITE 200 HOUSTON TX 77042

713-780-7645

EDWARD J. ULRICH, JR. [email protected]

Page 59: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

UNITED ENGINEERS, INC.

8303 SOUTHWEST FREEWAY, SUITE 600 HOUSTON TX 77074

713-271-2900

SHERIF MOHAMED [email protected]

USA SHELCO, INCORPORATED

2825 WILCREST DRIVE, SUITE 407 HOUSTON TX 77042

713-278-8900 RAUL SHELTON [email protected]

V&A CONSULTING ENGINEERS, INC.

8220 JONES ROAD, SUITE 500 HOUSTON TX 77065

713-568-9067

JOSE VILLALOBOS [email protected]

WATEARTH, INC. P.O. BOX 10194 HOUSTON TX77206-

0194832-444-0260

PRESIDENT JENNIFER JILL WALKER [email protected]

WCW INTERNATIONAL , INC.

1001 MCKINNEY, STE 1250 HOUSTON TX 77002

713-777-3700

CHRISTIAN K. WILMOT [email protected]

ZARINKELK ENGINEERING SERVICES, INC.

3033 CHIMNEY ROCK ROAD, SUITE 630 HOUSTON TX 77056

832-242-2426

GITI ZARINKELK [email protected]

Drafting Services(541340)            

CADTECH SOLUTIONS, INC.

21529 KINGDOM EDGE

KINGWOOD TX 77339

281-577-9005

JOSE A. GARCIA, JR. [email protected]

DSD DESIGN & DRAFTING

22211 FIELDS LANE SPRING TX 77389

281-350-1817

DAVID S. DREPAUL [email protected]

DURARCON

12991 WIREVINE LANE HOUSTON TX 77072

281-710-7603 EUGENE DURU [email protected]

GEOSURV, INC.

3300 S. GESSNER RD. SUITE 100 HOUSTON TX 77063

713-784-4466

TERRENCE CHENG [email protected]

INTEGRITY INTERNATIONAL, INC.

11767 KATY FREEWAY SUITE 750 HOUSTON TX 77079

281-955-0707

DEBORAH CLIFTON [email protected]

JACQUELINE CHEN & ASSOCIATES, INC.

5600 ST. PAUL STREET BELLAIRE TX 77401

832-641-1788

JACQUELINE CHIA-HUI CHEN [email protected]

OFFICE DESIGN CONCEPTS, L.L.C.

6750 BRITTMORE ROAD HOUSTON TX 77041

281-924-8512 JOSEPH SYLVAN [email protected]

PRV SERVICES, INC.

2504 BAYFRONT DRIVE PEARLAND TX 77584

713-436-3731

VIJITHA BOLLINENI [email protected]

Page 60: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

STRUKTUR DESIGN GROUP, L.L.C.

8001 W.TIDWELL RD.#906 HOUSTON TX 77040

832-724-9389 TIMMY MOORE [email protected]

Building Inspection Services(541350)          

EDP ENGINEERS AND INSPECTORS, LLC

14419 WILLOWSONG COURT

MISSOURI CITY TX 77489

281-416-9660

GERALD C. REECE [email protected]

FIRST CLASS INSPECTIONS

10743 VILLA LEA HOUSTON TX 77071

281-933-8447

KEVIN BLACKWELL [email protected]

PMG PROJECT MANAGEMENT GROUP, LLC

2723 HOUSTON AVENUE HOUSTON TX 77009

713-880-2626

BENJAMIN MENDEZ [email protected]

Surveying and Mapping (except Geophysical) Services(541370)    

AGS CONSULTANTS, LLC

16800 GREENSPOINT PARK DRIVE HOUSTON TX 77060

832-301-3815

GRACE Y. CERVIN [email protected]

BLEEDORANGE, LLC

3832 BELLEFONTAINE STREET HOUSTON TX 77025

832-454-3166

ANGELA CARRANZA [email protected]

ESOR CONSULTING ENGINEERS, INC.

6027 DOVER HOUSE WAY SPRING TX 77389

832-384-9537

JOHN RODRIQUEZ [email protected]

GEOSURV, INC.

3300 S. GESSNER RD. SUITE 100 HOUSTON TX 77063

713-784-4466

TERRENCE CHENG [email protected]

JAG ENGINEERING, INC.

9900 WESTPARK DRIVE, SUITE 269 HOUSTON TX 77063

713-977-7550

JOHN ANDREW GUAJARDO [email protected]

KUO & ASSOCIATES, INC.

10700 RICHMOND AVENUE, SUITE 113 HOUSTON TX 77042

713-975-8769

SHAHEEN CHOWDHURY

[email protected]

LANDTECH, INC.

2525 NORTH LOOP WEST, SUITE 300 HOUSTON TX 77008

713-861-7068 PAUL KWAN [email protected]

PRECISION LAND SURVEYING, INC.

901 RHODE PLACE STE#100 HOUSTON TX 77019

713-862-8862

RICARDO A. VAZQUEZ [email protected]

RAHAMAN AND ASSOCIATES, INC.

11111 KATY FREEWAY, SUITE 520 HOUSTON TX 77079

713-465-6655

RAYMOND RAHAMAN [email protected]

SANDOVAL ENGINEERS & SURVEYORS, INC.

1802 TATTENHALL HOUSTON TX 77008

713-862-6702

RODOLFO SANDOVAL [email protected]

Page 61: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

TERAN GROUP LLC

888 WEST SAM HOUSTON PARKWAY SOUTH, SUIT HOUSTON TX 77042

713-244-9795

ORLANDO JOSE TERAN [email protected]

UNITED ENGINEERS, INC.

8303 SOUTHWEST FREEWAY, SUITE 600 HOUSTON TX 77074

713-271-2900

SHERIF MOHAMED [email protected]

Testing Laboratories(541380)            A & B ENVIRONMENTAL SERVICES, INC.

10100 I-10 EAST FREEWAY, SUITE 100 HOUSTON TX 77029

713-453-6060

RAMASAMY RAMAKRISHNAN [email protected]

ABSOLUTE INTEGRITY TESTING, LLC

23316 SANDPIPER TRAILS SPRING TX 77373

281-528-2943

SAMUEL SAUCEDA [email protected]

ALL-TERRA ENGINEERING, INC.

5906 JESSAMINE ROAD, SUITE B-8 HOUSTON TX 77081

713-574-2371

HADDIS TEWOLDE, PE [email protected]

ANACON, INC. 730 FM 1959 HOUSTON TX 77034281-922-7000 KYU JIN LEE [email protected]

ASSOCIATED TESTING LABORATORIES, INC.

3143 YELLOWSTONE BOULEVARD HOUSTON TX 77054

713-748-3717 JASBIR SINGH [email protected]

ATSER, LP

1150 RICHCREST DRIVE HOUSTON TX 77060

281-999-9961 RAY KIMBLE [email protected]

AUSTIN-REED ENGINEERS, LLC

6830 N. ELDRIDGE PKWY, SUITE 209 HOUSTON TX 77041

832-467-0088

SYDNEY W. AUSTIN [email protected]

AVILES ENGINEERING CORPORATION

5790 WINDFERN RD. HOUSTON TX 77041

713-895-7645 SHOU T. HU [email protected]

DAE & ASSOCIATES, LTD.

800 VICTORIA DRIVE HOUSTON TX

77022-2908

713-699-4000

DAVID A. EASTWOOD [email protected]

GEOTEST ENGINEERING, INC.

5600 BINTLIFF DRIVE HOUSTON TX 77036

713-266-0588

RAVI RAJ YANAMANDALA [email protected]

HVJ ASSOCIATES, INC.

6120 SOUTH DIARY ASHFORD STREET HOUSTON TX 77072

281-933-7388

HERBERT V. JOHNSON [email protected]

Page 62: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

J3 RESOURCES, INC.6110 WEST 34TH STREET HOUSTON TX 77092

713-290-0221 CATHY C. POYE [email protected]

KENALL INC.

8101 WESTGLEN DRIVE HOUSTON TX 77063

832-251-8200

PRASHANTHI PRASAD [email protected]

Administrative Management and General Management Consulting Services(541611)  

ADVANCETECH SYSTEMS 2, INC.

9730 TOWNPARK DRIVE, SUITE 107 HOUSTON TX 77036

713-777-7878

TERENCE GOMES [email protected]

AHRMDCO INTERNATIONAL, LLC

14405 WALTERS ROAD, STE. 1002 HOUSTON TX

77014-1357

713-589-3688

RODERICK LEMON [email protected]

ARCHITECT FOR LIFE - A PROFESSIONAL CORPORATION

2450 LOUISIANA STREET, SUITE 400-233 HOUSTON TX 77006

888-986-7771 LOLALISA KING [email protected]

B W ARCHITECTS MWBE CONSULTING SERVICE

12275 SCYRUS LANE HOUSTON TX 77066

713-398-9060

REUBEN A. BROWN [email protected]

BRADLINK LLC P.O. BOX 6115 KINGWOOD TX 77325281-361-5809

HELEN L. CALLIER [email protected]

CARDINAL CONCESSIONS, INC.

15915 KATY FREEWAY, STE. 500 HOUSTON TX 77094

281-398-3488

GERRAD E. WILSON  

CREATIVE FUNDING SOLUTIONS, INC. P.O. BOX 1553

MISSOURI CITY TX

77459-1553

832-524-7667

JENNIE JOHNSON

[email protected]

CRIDDELL ASSOCIATES

16855 BLENDSTONE HOUSTON TX 77084

832-758-4226

MICHAEL L. CRIDDELL [email protected]

DIGI MARKETING INTERNATIONAL

1950 ELDRIDGE PARKWAY #13204 HOUSTON TX 77077

713-771-6786 DEBRA BANN [email protected]

H & D CONSULTING AND PUBLISHING, L.L.C.

1011 CREEKMONT DR. HOUSTON TX 77091

713-682-1011

HOWARD MIDDLETON [email protected]

IMPACT STRATEGIES CONSULTANTS, LLC P.O. BOX 88129 HOUSTON TX 77288

713-443-6294

VERNITA B. HARRIS [email protected]

J3 GLOBAL, INC.2206 KRISTINA WAY DEER PARK TX 77536

832-304-0045 JOHNSON JOY [email protected]

KNUDSON, LP

8588 KATY FREEWAY, SUITE 441 HOUSTON TX 77024

713-463-8200

PATRICIA KNUDSON JOINER [email protected]

Page 63: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

LACEY NEWDAY CONSULTING, LLC

1414 1/2 GUSTAV ST. HOUSTON TX

77023-1909

713-446-5970 SIDNEY LACEY [email protected]

MORNING STAR ENTERPRISE

16334 BLUE ROCK SPRINGS HOUSTON TX 77073

281-748-5448

OLUBUNMI OBAFEMI/ NGOZI OBAFEMI [email protected]

ONE WORLD STRATEGY GROUP LLC

P.O. BOX 540813 HOUSTON TX 77254

832-626-2369 JERI J. BROOKS [email protected]

PEAK PERFORMANCE SOLUTIONS, LLC

6065 KINGSTON DRIVE

DOUGLASVILLE

GA 30135

404-324-7842 EULETHIA SIMS [email protected]

PLANNING & DEVELOPMENT SERVICES, INC.

8588 KATY FREEWAY, SUITE 441 HOUSTON TX 77024

713-463-8200

PATRICIA KNUDSON JOINER [email protected]

PRINCIPLE PARTNERING GROUP, LLC

1235 NORTH LOOP WEST, SUITE 1000 HOUSTON TX 77008

713-527-0702

PRESIDENT DARRYL L. KING [email protected]

PUTTING IDEAS INTO WORDS

P.O. BOX 671034 HOUSTON TX 77267

832-258-8886

ELDRIDGE L. LEE

[email protected]

RPH CONSULTING GROUP, LLC

5225 KATY FREEWAY, SUITE 465 HOUSTON TX 77007

713-275-4200

PAUL CANNINGS [email protected]

RSK MANAGEMENT AND CONSULTING

99 DETERING ST., SUITE 130 HOUSTON TX 77007

713-491-4841 ROBIN KNOTT [email protected]

SAFAL PARTNERS INC.

19019 WINDSOR CREST DR HOUSTON TX 77094

832-758-0255 MUKTA PANDIT [email protected]

TAYLOR GLOBAL BUSINESS SOLUTIONS LLC

11618 JAYCREEK DR. HOUSTON TX 77003

281-900-4528

NATASHA TAYLOR [email protected]

TAYLOR SMITH CONSULTING, LLC

440 BENMAR DRIVE, SUITE 3355 HOUSTON TX 77060

713-937-3111 TRACY T. SMITH

[email protected]

TCT ENTERPRISES, LLC

10701 CORPORATE #190 STAFFORD TX 77477

281-383-9523

SHIRLEY CREWS TAYLOR [email protected]

THE LOOK ENTERPRISES, INC.

5522 GRAND LAKE ST. BELLAIRE TX 77401

713-429-4919 JAMES SELMON [email protected]

THE MOREWARD GROUP, LLC

9910 MURRAY LANDING

MISSOURI CITY TX 77459

713-436-5111

ARTHUR MCLIN, III [email protected]

TRAVAILLE, LLC

10105 BROOKSHORE LN. PEARLAND TX 77584

832-270-0179

JACQUELYN JOUBERT-YOUNG

[email protected]

Page 64: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

HOUSTON DISTRICT SBE Directory (As of 4/1/2014)

Company Name Street City ST Zip Phone Types of Work PerformedACE CONSULTING ENGINEERS, INC.

15902 HIGHLAND BROOK DRIVE HOUSTON TX 77083

281-277-0410

ILLUM, MIN STRS, PROF SERV, RST AREA

AIM ELECTRICAL_CONSULTANTS 720 WEST 10TH STREET HOUSTON TX 77027

713-666-6718 PROF SERV

ALVIN SOWDERS 449 COYOTE RUN WACO TX 76705254-948-4057 ILLUM

ARCHITECT TOM HINES 2133 OAKWOOD LN ARLINGTON TX 76102817-706-0114 PROF SERV

BASIC IDIQ, INC. 10713 RR 620 N. BLDG F #622 AUSTIN TX 78726888-402-4347

MAJ STRS, MIN STRS, MISC, PAINT, RST AREA, UNDRGRD UTIL WK

BAYER CONSTRUCTION ELECTRICAL CONTRACTORS, INC. PO BOX 1152 BRYAN TX

77808-1152

979-775-7752 ILLUM, MISC, TRAF CONT DEV

BOWES LAND SURVEYING, LLC 2712 BARTONS BLUFF LANE AUSTIN TX 78746713-703-8787 PROF SERV

BREWER & ESCALANTE ASSOCIATES, INC.

13430 NORTHWEST FREEWAY, SUITE 350 HOUSTON TX 77040

832-615-0310 PROF SERV

BRUNO CONCRETE 6711 RAMPART SUITE, 104 HOUSTON TX 77081713-667-3458 MIN STRS

C & C TRAFFIC CONTROL 5939 BOYCE SPRINGS DR HOUSTON TX 77066713-478-4171 TRAF CONT DEV

C.I.T. DELIVERY PICK UP SERVICES 14734 BELTERRAZA DRIVE HOUSTON TX 77083

281-530-6593 HAULING

CALCO CONTRACTING, LTD. 8000 BERWYN DRIVE HOUSTON TX 77037281-448-2620

CON PAV, ERTHWRK, LANDSCP, MIN STRS, UNDRGRD UTIL WK

CAS COMPANIES, L.P. 1306 FM 1092, STE. 304MISSOURI CITY TX 77459

281-499-4747

ASPH, CON PAV, ERTHWRK, FENCING, MAJ STRS, MIN STRS, PAINT, RST AREA, UNDRGRD U TIL WK

CCC BLACKTOPPING, LLC P.O. BOX 1865 ONALASKA TX 77360936-464-3684 ASPH

CHIRON COMMUNICATION SERVICES, LLC 13827 CAVEN ST. HUMBLE TX 77396

281-441-4951 MISC

CIRRUS ASSOCIATES, LLC600 SOUTH SHERMAN STREET,SUTIE 102 RICHARDSON TX 75081

972-680-8555 MISC

COMMUNICATION NETWORK DESIGN, INC. 100 TAYLOR STREET SAN ANTONIO TX 78205

210-495-1888 MISC

CONSTRUCTION AND MANAGEMENT PROFESSIONALS PO BOX 209 BARKER TX 77413

713-202-3237 MISC

Page 65: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

CONTRACTORS PAVING SUPPLY, LLP PO BOX 2368 STAFFORD TX

77497-2368

281-208-8839 MAT SUP

COOMBS ENGINEERING SERVICES 1710 STONECREST TRAIL WYLIE TX 75089

214-287-4696 PROF SERV

CORNERSTONE PAVING AND CONSTRUCTION, L.L.C. P.O. BOX 2382 BRENHAM TX 77834

979-836-1105 MIN STRS

COWGIRL HOLDINGS, LLC DBA COWGIRL SUPPLY 16100 CAIRNWAY DR. HOUSTON TX 77084

281-550-9133 MAT SUP

CROSS TEX CURBS P.O. BOX_732 KENDLETON TX 77451979-531-0237 CON PAV

DAL-TECH ENGINEERING, INC.17311 DALLAS PARKWAY, SUITE 200 DALLAS TX 75248

972-250-2727 PROF SERV

DGF HOLDINGS, LTD DBA HERITAGE CONSTRUCTION 2154 A CHENAULT DR. CARROLLTON TX 75006

469-892-0123 MISC

DIGITAL ENGINEERING & IMAGING, INC.

527 W. ESPLANADE AVE., STE 200 KENNER LA 70065

504-468-6129 PROF SERV

DIRECT BLIND & DRAPERY CLEANING SERVICE 12600 BISSONNET A4-438 HOUSTON TX 77099

832-359-7833 MISC

DIRT BOYS, INC. 15943 BOULVARD RD SAN ANTONIO TX 78297210-478-4765 ASPH, ERTHWRK, LANDSCP

DORAN STEEL, INC.105 SOUTHBELT INDUSTRIAL DRIVE HOUSTON TX 77047

713-800-4000 CON PAV, MAJ STRS, MIN STRS

ENVIRONMENTAL SOLUTIONS, INC.

13201 NORTHWEST FREEWAY, SUITE 503 HOUSTON TX 77040

713-934-9944 MISC

ENVIROTEST, LTD 3902 BRAXTON DRIVE HOUSTON TX 77063713-782-4411 MISC

ESTRIDGE & ASSOCIATES, INC. 512 FOUNTAINWOOD ARLINGTON TX 76012817-704-3899 PROF SERV

FIRST MATERIALS & TECHNOLOGY, INC. P.O. BOX 831 CAMERON TX 76520

254-697-3131 MAT SUP, MISC

FORDE CONSTRUCTION COMPANY, INC. 6842 CALLE LOZANO DRIVE HOUSTON TX 77041

713-466-0511

ASPH, CON PAV, ERTHWRK, MAJ STRS, MIN STRS, MISC

G.W. PHILLIPS CONCRETE CONSTRUCTION, INC. 117 OATES ROAD HOUSTON TX 77013

713-674-9400

CON PAV, ERTHWRK, UNDRGRD UTIL WK

GEOSOURCE, INC. 29768 BULVERDE LANE BULVERDE TX 781163830-438-8522 LANDSCP, MAT SUP

HALFORD BUSBY, LLC17350 STATE HWY 249, SUITE 110 HOUSTON TX 77064

281-920-1100 PROF SERV

HALTOM CONSTRUCTION 5781 HARRIS LAKE ROAD MARSHALL TX 75672903-938-4950

ASPH, CON PAV, ERTHWRK, FENCING, HAULING, RST AREA, UNDRGRD UTIL WK

HAYDEN PAVING, INC. 4710 WINDSONG TRAIL HOUSTON TX 77084281-855-7710

ASPH, ERTHWRK, MIN STRS, TRAF CONT DEV

Page 66: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

HIGHWAY SODDING & SEEDING, INC. 5403 RED OAK LANE SPRING TX 77379

281-376-2956 LANDSCP

JL FLOYD SERVICES, LLC 2807 SHADY LANE WEBSTER TX 77598832-858-4251 ILLUM, MISC, UNDRGRD UTIL WK

JONES OIL 4828 N. SHEPHERD DRIVE HOUSTON TX77018-

2216713-694-2329 MISC

JTB SERVICES 9026 LAMBRIGHT ROAD HOUSTON TX 77075713-941-3232

ERTHWRK, HAULING, MAJ STRS, MISC

JTS TRUCKING CORP. 3230 W. FUQUA ST. HOUSTON TX 77045703-405-3264 HAULING, MISC

KOSSMAN CONTRACTING CO., INC. 6125 W GULF BANK RD. HOUSTON TX 77088

281-591-7654 FENCING, LANDSCP, MISC

LANDSCAPE CONTRACTING AND IRRIGATION, INC. P.O. BOX 707 PATTISON TX 77466

281-934-3001 LANDSCP

MARSH DARCY PARTNERS, INC8955 KATY FREEWAY, SUITE 215 HOUSTON TX 77024

713-647-9880 MISC

MATRIX STRUCTURAL ENGINEERS

24 GREENWAY PLAZA, SUITE 1508 HOUSTON TX

77046-2401

713-664-0130 PROF SERV

MD MADISON CONSTRUCTION, LLC 19818 SHALLOW SHAFT LANE RICHMOND TX 77407

713-418-0272 CON PAV, LANDSCP, PAINT

MPR GROUP, INC.16633 N. DALLAS PARKWAY, SUITE 600 ADDISON TX 75001

469-737-5657 PROF SERV

MUSTARDSEED CULTURAL AND ENVIRONMENTAL SERVICES, LLC

222 W. GREGORY BLVD., SUITE 211 KANSAS CITY MO 64114

816-333-2424 MISC

NBG CONSTRUCTORS, INC. 9702 SYNOTT ROAD HOUSTON TX 77083281-495-0842 MAJ STRS, MIN STRS

NEC CONSTRUCTION LTD.10701 CORPORATE DRIVE, SUTIE 100 STAFFORD TX 77477

281-565-7313 UNDRGRD UTIL WK

NEWMAN JACKSON BIEBERSTEIN, INC. 12770 COIT ROAD, STE 210 DALLAS TX 75251

972-233-2033 PROF SERV

NORMAN HIGHWAY CONSTRUCTORS, INC. PO BOX 2440 ORANGE TX

77631-2440

409-988-0326

ASPH, CON PAV, ERTHWRK, MIN STRS, TRAF CONT DEV

PELTIER BROTHERS CONSTRUCTION, LTD. 11603-B WINDFERN HOUSTON TX 77064

281-894-4949

CON PAV, ERTHWRK, MAJ STRS, MIN STRS, UNDRGRD UTIL WK

POSSIBLE MISSIONS150 W. PARKER ROAD SUITE 505 HOUSTON TX 77076

713-271-3746 MISC

PRECISION SCHEDULING CONSULTANTS,LLC 9901 IH 10 WEST, SUITE 800 SAN ANTONIO TX 78230

210-380-5691 MISC

RESEARCH & DEMOGRAPHIC SOLUTIONS, LLC 606 ELLINGTON DRIVE GRAPEVINE TX 76051

817-706-2026 MISC

REXCEL COATINGS CORPORATION PO BOX 12310 EL PASO TX 79913

915-584-9491 MAT SUP

Page 67: Microsoft Word – RFQ for Consultant Services.doc – Gulf Coast Center

RUSH CREEK CONSULTING, INC. P.O. BOX 14136 ARLINGTON TX 76013817-913-8764 PROF SERV

SANDOSE GLOBAL HOLDINGS, LLC P.O. BOX 18952 SUGAR LAND TX 77496

713-981-5353 MISC

SCOHIL CONSTRUCTION SERVICES, LLC 15821 FM 529, #116 HOUSTON TX 77095

281-955-8375

CON PAV, ERTHWRK, MIN STRS, UNDRGRD UTIL WK

SEMARCK LANDSCAPE SERVICES, INC. 7827-A HARMS ROAD HOUSTON TX 77041

713-339-4340 FENCING, LANDSCP

SLACK & CO. CONTRACTING, INC. 2990 HOLMES ROAD HOUSTON TX 77051

713-838-7300

CON PAV, ERTHWRK, UNDRGRD UTIL WK

SOLKANAVATORNO, LLC 6262 WEBER ROAD, SUITE 310CORPUS CHRISTI TX 78413

361-854-1471 PROF SERV

SOUTHWEST ROAD & SAFETY CONTRACTORS, LLC PO BOX 580691 HOUSTON TX

77258-0691

281-291-8602

FENCING, MIN STRS, TRAF CONT DEV

SOUTHWEST SIGNAL SUPPLY, INC. PO BOX 125

SOUTH HOUSTON TX 77587

713-946-7162 TRAF CONT DEV

SPECIALTY OBSERVATION SERVICES, LLC P.O. BOX 172485 ARLINGTON TX 76003

817-614-0814 MISC

SPRING CREEK CONSTRUCTION, INC. P.O. BOX 9574 SPRING TX 77387

281-367-5263

CON PAV, ERTHWRK, LANDSCP, MIN STRS

STRIPE-A-ZONE, INC. 2714 SHERMAN STREETGRAND PRAIRIE TX 75051

972-647-2714 TRAF CONT DEV

STRIPES & STOPS COMPANY, INC. 2323 GREENS ROAD HOUSTON TX 77032

281-821-3307 MAT SUP, TRAF CONT DEV

SULLIVAN LAND SERVICES LTD P O BOX 131486 HOUSTON TX 77219713-880-8411

ASPH, CON PAV, ERTHWRK, HAULING, LANDSCP, MAJ STRS, MIN STRS, MISC

TERRA NOVA CONSUTLTING, INC.

11200 WESTHEIMER RD. SUITE 890 HOUSTON TX 77042

713-482-8787 MISC

TRAFFIC SYSTEMS CONSTRUCTION, INC. PO BOX 1346 DICKINSON TX 77539

281-337-1926

ILLUM, MAJ STRS, TRAF CONT DEV, UNDRGRD UTIL WK

W.P. ENGINEERING CONSULTANTS, INC.

7240 BRITTMOORE ROAD, SUITE #119 HOUSTON TX 77041

281-448-4888

ILLUM, PROF SERV, UNDRGRD UTIL WK

YORK & YORK FOUNDATION DRILLING, INC. P.O. BOX 11005 HOUSTON TX

77293-1005

281-442-2200 MAJ STRS