abia terminal centralized baggage handling system design ...

109
REQUEST FOR QUALIFICATIONS FOR ISSUE DATE: RESPONSES DUE: PRIOR TO: DELIVER TO: CAPITAL CONTRACTING OFFICE CONTRACT PROCUREMENT DIVISION ATTN: 505 BARTON SPRINGS RD., STE 1045-C AUSTIN, TEXAS 78704

Transcript of abia terminal centralized baggage handling system design ...

REQUEST FOR QUALIFICATIONS 

FOR 

ISSUE DATE:  

RESPONSES DUE: 

PRIOR TO: 

DELIVER TO: 

CAPITAL CONTRACTING OFFICE CONTRACT PROCUREMENT DIVISION 

ATTN:

505 BARTON SPRINGS RD., STE 1045-C

AUSTIN, TEXAS 78704

 

TABLE OF CONTENTS           Solicitation Number:  CLMP231 Project Name:   ABIA Terminal Centralized Baggage Handling System Design Criteria Manual 

 

Rev. Date 06/22/17  Table of Contents  Page 1 of 1 

INTRODUCTORY INFORMATION  Announcement Letter   REQUIREMENTS AND GENERAL INFORMATION  Request for Qualifications Instructions to Consultants Scope of Services Evaluation Criteria   DBE PROCUREMENT PROGRAM PACKET  DBE Compliance Plan DBE Subconsultant Availability List DBE Address Labels of Subconsultants   PROPOSAL FORMS  Form 1 – Prime Firm’s General Information Form 2 – Affidavit of Authentication Form 3a – Prime Firm’s EEO Program  Form 3b – Title VI Assurances Appendix A Form 3c – Title VI Assurances, Appendix E Form 4 – Affidavit of Non‐Collusion, Non‐Conflict of Interest and Anti‐Lobbying Form 5 – Affidavit of Availability Form 6 – Affidavit of Contract Execution Form 7 – Experience of Project Manager Form 8 – Experience of Airport Systems Engineer Form 9 – Experience of Project Principal Form 10 – Prime Firm’s Comparable Project Experience Form 11 – Major Scopes of Work – Comparable Project Experience   ATTACHMENTS  Attachment 1 Guide for Development of Design Criteria Manual for a Design‐Build Solicitation   CONTRACT TEMPLATE   The professional service agreement template can be obtained at the following website:    http://www.austintexas.gov/department/professional‐service‐agreements 

The City of Austin is committed to compliance with the Americans with Disabilities Act. Reasonable modifications and equal access to communications will be provided upon request.

Founded by Congress, Republic of Texas, 1839 Capital Contracting Office, PO Box 1088, Austin, Texas 78767 Telephone 512/974-7181

June 30, 2017  Re:  Announcement 

Request for Statements of Qualifications (RFQ) for Providing Professional Engineering Services:  ABIA Terminal Centralized Baggage Handling System Design Criteria Manual Solicitation Number:  CLMP231 

 The City of Austin, through the Aviation Department and its Capital Contracting Office, is requesting statements of qualifications  for  the  selection  of  a  professional  engineering  firm  for  the  above‐noted  project.    Statement  of qualifications will be due PRIOR to 3:00 p.m., Wednesday August 2, 2017 at 505 Barton Springs Road, Suite 1045‐C, Austin,  TX  78704.   All  SOQs  not  received  and  stamped  prior  to  the  date  and  time  set  forth  above will  not  be accepted for consideration. The time stamp clock  in the Suite 1045‐C Reception Area  is the time of record and  is verified with www.time.gov,  the Official  U.S.  time.    The  selection  process  for  this  project  is  anticipated  to  be completed for City Council action in November 2017.  A pre‐response meeting will be held beginning at 2:00 PM, Thursday, July 13, 2017 in the Department of Aviation Planning  and Engineering Building, 2716  Spirit of Texas Drive, Austin, TX 78719, Room 174C  ‐ Auditorium.   The purpose  of  the meeting will  be  to  respond  to  consultants’  questions  about  the  project  and  the  procurement process.   Attendance  at  the meeting  is not  a  requirement  for  selection; however, meeting minutes will not be issued.  All prime firms and subconsultants must be registered to do business with the City of Austin prior to the contract award.  Prime firms are responsible for ensuring that their subconsultants are registered as vendors with the City of Austin.    You  may  register  through  the  City  of  Austin’s  online  Vendor  Registration  system.    Log  on  to www.austintexas.gov/financeonline/vendor_connection/index.cfm and follow the directions.    A Request for Statements of Qualifications (RFQ) for these services is available which provides project background and  requirements  for  submittal.   For  a  copy  of  the  RFQ,  log  on  to  the  City’s  Vendor  Connection  at www.austintexas.gov/financeonline/vendor_connection/index.cfm.    The  complete  RFQ  packet  is  located  as  an attachment  under  the  solicitation  CLMP231.    The  authorized  contact  persons  for  this  solicitation  are  Rohini Kumarage, Project Manager, 512‐530‐7547 or Lynn Rich, Procurement Specialist  II, 512‐974‐7009.   Please contact Rohini for all project related questions and me for any RFQ procurement process questions.  Sincerely,  

 Lynn Rich, Procurement Specialist II Contract Procurement Division Capital Contracting Office  cc:  Rohini Kumarage, Aviation Department   

 

 

REQUEST FOR QUALIFICATIONS Solicitation Number: CLMP231 Project Name: ABIA Terminal Centralized Baggage Handling System Design Criteria Manual  

Rev 10/01/15  

REQUEST FOR QUALIFICATIONS  Page 1 of 3

The following is a summary of information for this Solicitation.  The Consultant is cautioned to refer to other sections of this Request for Qualifications (RFQ) packet for further details.   

The  City  of  Austin,  through  its  Capital  Contracting  Office,  is  requesting  Statements  of Qualifications (SOQs) for the selection of engineering  services for the above‐noted project. 

Submittals will  be  received  at  505  Barton  Springs  Road,  Suite  1045‐C,  Austin,  TX    78704, Capital Contracting Office.     ALL SUBMITTALS ARE DUE ON: August 2, 2017 PRIOR TO 3:00 pm  ATTENTION: Lynn Rich   

ALL SUBMITTALS NOT RECEIVED PRIOR TO THE DATE AND TIME SET FORTH ABOVE WILL NOT BE ACCEPTED FOR CONSIDERATION.  The time stamp clock in the Suite 1045‐C Reception Area is  the  time  of  record  and  is  verified  with  www.time.gov,  the  Official  U.S.  time.      The qualification statement evaluation criteria for this project are  included  in this packet for your information.    The  selection  process  for  this  project  is  anticipated  to  be  complete  for  City Council action in November 2017.  Contract execution is anticipated for December 2017.  All prime firms and subconsultants must be registered to do business with the Owner prior to the  contract  award.    Prime  firms  are  responsible  for  ensuring  that  their  subconsultants  are registered as vendors with  the City of Austin.   You may  register  through  the Owner’s on‐line Vendor Registration system.  Log on to the following link and follow the directions: https://www.austintexas.gov/financeonline/vendor_connection/index.cfm.   All City procurements are subject to the City's Minority‐Owned and Women‐Owned Business Enterprise Procurement Program (Chapter 2‐9‐B of the MBE/WBE Ordinance, revised June 15, 2006).  The program provides Minority‐Owned, Women‐Owned and Disadvantaged Business Enterprises (MBEs/WBEs/DBEs) opportunity to participate in all City contracts.  The City’s DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement.   It is the policy of the City of Austin, the United States Department of Transportation (DOT) and other  federal  agencies  that Disadvantaged Business  Enterprises  (DBE),  as defined  in  49 CFR Part 26, have equal opportunities to participate in the performance of contracts with the City of Austin.  The DBE requirements of 49 CFR Part 26 and the applicable City of Austin City Code, Chapter 2‐9B, as amended, apply to this solicitation.  All bidders must comply with 49 CFR Part 26 and the applicable City of Austin’s Code and Rules to ensure that Disadvantaged Business Enterprises have equal opportunity to compete for and perform on contracts.  Information on achieving the DBE participation goals or documenting good faith efforts to achieve the goals is contained  in  the  DBE  Procurement  Program  Package  included  in  this  RFQ  packet.   Entities 

  REQUEST FOR QUALIFICATIONS

Rev 10/01/15  REQUEST FOR QUALIFICATIONS  Page 2 of 3 

submitting  statements  of  qualifications  are  required  to  complete  and  return  the  DBE Compliance Plan with their response.  The  selected  consultant will  be  required  to  execute  a  standard  City  of  Austin  professional services agreement.  Prior  to  contract execution,  the  selected  firm must  submit either  their existing  or  an  updated  personnel  policy  (on  letterhead)  documenting  conformity with  City Code,  5‐4,  §  5‐4‐2.  If  the  Consultant  does  not  submit  a  copy  of  their  personnel  policy incorporating  the non‐discrimination policy,  the  company will not be  in  compliance and  the City will exercise its option to cease contract negotiations.   The  selected  consultant  shall  carry  insurance  in  the  following  types  and  amounts  for  the duration of  the Agreement, and  furnish  certificates of  insurance along with  copies of policy declaration pages and policy endorsements as evidence thereof:   Workers' Compensation and Employers' Liability  Insurance with coverage   consistent with 

statutory  benefits  outlined  in  the  Texas Workers'  Compensation  Act  (Section  401).  The minimum policy  limits  for Employers'  Liability  Insurance  are $100,000 bodily  injury each accident,  $500,000  bodily  injury  by  disease  policy  limit  and  $100,000  bodily  injury  by disease  each  employee.    The  firm's  policy  shall  apply  to  the  State  of  Texas  and  include these endorsements in favor of the City of Austin:  (a)  Waiver of Subrogation, form WC 420304. (b)  30 day Notice of Cancellation, form WC 420601. 

Commercial  General  Liability  Insurance  with  a  minimum  combined  bodily  injury  and property damage per occurrence  limit of $500,000  for  coverage A & B.   The policy  shall contain the following provisions: (a)  Contractual  liability  coverage  for  liability  assumed  under  the  Agreement  and  all 

contracts relative to this project. (b)    Products/Completed Operations Liability for the duration of the warranty period. (c)    If the project involves digging or drilling, Explosion, Collapse, and Underground (XCU) 

coverage (d)  Independent Contractors coverage (Contractors/ Subcontractors work). The policy shall contain the following endorsements in favor of the City of Austin: (a)  Waiver of Subrogation, endorsement CG 2404. (b)  30 day Notice of Cancellation, endorsement CG 0205. (c)  Additional Insured, endorsement CG 2010. 

Business Automobile Liability Insurance for all owned, non‐owned and hired vehicles with a minimum combined single limit of $500,000 per occurrence for bodily injury and property damage.    Alternate  acceptable  limits  are  $250,000  bodily  injury  per  person,  $500,000 bodily  injury per occurrence and at  least $100,000 property damage  liability per accident.  The policy shall contain the following endorsements in favor of the City of Austin: (a)  Waiver of Subrogation, endorsement CA 0444. (b)  30 day Notice of Cancellation, endorsement CA 0244. (c)  Additional Insured, endorsement CA 2048.  

  REQUEST FOR QUALIFICATIONS

Rev 10/01/15  REQUEST FOR QUALIFICATIONS  Page 3 of 3 

Professional  Liability  Insurance  with  a minimum  limit  of  $  1,000,000  per  claim  and  in aggregate to pay on behalf of the assured all sums which the assured shall become legally obligated to pay as damages by reason of any negligent act, error, or omission committed or alleged to have been committed with respect to estimates, schedules, analyses, reports, surveys,  designs  or  specifications  prepared  or  alleged  to  have  been  prepared  by  the assured.  Coverage, including any renewals, shall have a retroactive date coincident with or prior to the date of the Agreement.  The consultant shall provide the City of Austin annually with a certificate of  insurance as evidence of such  insurance.   The policy shall provide for 30 day notice of cancellation in favor of the City of Austin.   The consultant shall provide a discovery period on professional  liability policies that  is commensurate with the warranty period of the project. 

 Should you have any questions concerning the information included in this RFQ, please attend a pre‐response meeting on Thursday,  July 13, 2017 at 2:00 pm  in  the Aviation Planning & Engineering Building, 2716 Spirit of Texas Drive, Room 174C  ‐   Auditorium,   Austin, Texas.  Attendance at the meeting is not required; however, meeting minutes will not be issued.    Thank  you  for  requesting  the RFQ  and  your  interest  in  the City of Austin.    For  information about  other  professional  services  procurement  actions  of  this  office,  please  visit  us  at https://www.austintexas.gov/financeonline/vendor_connection/index.cfm .  AUTHORIZED CONTACT PERSONS 

PROCUREMENT SPECIALIST II: Lynn Rich  

Telephone: (512) 974‐7009  

Email: [email protected] 

 

PROJECT MANAGER: Rohini Kumarage  

Telephone: (512) 530‐7547  

Email: [email protected] 

 

END 

 

INSTRUCTIONS TO CONSULTANTS Solicitation Number:  CLMP231 Project Name:  ABIA Terminal Centralized Baggage Handling System Design Criteria Manual 

 

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 1 of 9 

I.  Preparation of Response  

a. Request  for Qualifications  (RFQ)  Response  Forms.    Enclosed  are  the  RFQ  response forms which are to be completed and returned as part of your firm's response.  Please use the enclosed current  forms and organize your response  in the order  in which the forms are presented  in the Table of Contents.   Forms may be recreated; however, all requested information must be included.    

b. Statement  of  Qualifications  (SOQ):    Please  submit  one  (1)  original,  stamped “ORIGINAL”  and one  (1)  electronic  copy on CD or  flash drive of  the RFQ  response.  Wherever  used,  "page"  refers  to  single‐sided,  single‐spaced,  10  point minimum  font printed  on  8  ½  x  11  inch  pages.  Sections  should  be  divided  by  tabs  for  ease  of reference.   

 Responses  sent  to  the City of Austin are  subject  to disclosure pursuant  to  the Public Information Act, Government Code, Chapter 552. 

   c. Disclosure  of  Proprietary  Information.    All materials  submitted  to  OWNER  become 

public property and are subject to the Texas Public Information Act, Government Code Chapter 552, upon receipt.  If Consultant does not desire proprietary information in the Proposal to be disclosed, each page must be identified and marked proprietary at time of  submittal.    OWNER will,  to  the  extent  allowed  by  law,  endeavor  to  protect  such information  from  disclosure.    The  final  decision  as  to  what  information  must  be disclosed, however, lies with the Texas Attorney General.  Failure to identify proprietary information  will  result  in  all  unmarked  sections  being  deemed  non‐proprietary  and available upon public request. 

   d. Further Information.  Information may be secured by contacting the authorized contact 

persons listed in the RFQ.  Persons desiring further information or interpretation of the solicitation requirements shall make a written request for such  information to OWNER no later than seven (7) working days before submittal due date and time.  Interpretation of Solicitation Documents will be made by Addendum or Clarification and a copy of each document will be emailed  to each person  to whom has obtained a RFQ packet.   The addendum or clarification will also be available through the City’s Vendor Connection. 

   e. Anti‐Lobbying  and  Procurement.    Entities  submitting  statements  of  qualifications, 

including their agents and representatives, shall not undertake any activities or actions to promote or advertise their statement of qualifications to any member of the Austin City  Council  or  City  staff  except  in  the  course  of  City‐sponsored  inquiries,  briefings, interviews, or presentations between  the  statement of qualifications  submission date 

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 2 of 9 

and award by City Council.  Any violation of this provision may result in disqualification of the entity.   Entity shall execute by signature the  following Entity’s Affidavit of Non‐Collusion, Non‐Conflict  of  Interest,  and  Anti‐Lobbying  and  return  the  signed  affidavit with  their  statement  of  qualifications.    The  Affidavit  form  is  Form  4  under  Proposal Forms.    Article  6,  Chapter  2‐7,  Austin  City  Code,  prohibits  lobbying  activities  or representations by the Consultant between the date that the Request for Qualifications (RFQ)  is  issued  and  the  date  of  contract  execution.      The  text  of  the  pertinent  City Ordinance may be viewed at the following link: 

   https://www.austintexas.gov/sites/default/files/files/Finance/Purchasing/anti-lobbying-ordinance.pdf

 (1) Definitions  

(A) "Authorized Contact Person" means the Project Manager listed in the Cover Letter of the RFQ, or other persons specifically named and  identified  in the RFQ as the contact  regarding  the  solicitation  or  the  authorized  contact  person’s  designee during the course of the no‐contact period. 

 (B) "No‐Contact Period" means the period of time from the date the RFQ is issued until 

a contract is executed. If the City withdraws the RFQ or rejects all responses with the stated  intention to reissue the same or a similar RFQ for the same or similar project,  the  no‐contact  period  continues  during  the  time  period  between  the withdrawal and reissue.  

(C) "Response" means a statement of qualifications.  

(D) "Respondent" means a person responding to a City solicitation including a bidder, a quoter, responder, or a proposer. The term "respondent" also includes:  

(i)  an  owner,  board  member,  officer,  employee,  contractor,  subsidiary,  joint enterprise,  partnership,  agent,  lobbyist,  or  other  representative  of  a respondent;  

(ii) a person or representative of a person that  is  involved  in a joint venture with the  respondent,  or  a  subconsultant  in  connection  with  the  respondent’s response; and  

(iii)  a  respondent who  has withdrawn  a  Response  or who  has  had  a  Response rejected or disqualified by the City.  

(E)  "Representation"  means  a  communication  related  to  a  response  to  a  council member, official, employee, or City  representative  that  is  intended  to or  that  is reasonably likely to:  

(i)   provide information about the Response;  

(ii)  advance the interests of the Respondent;  

(iii)  discredit the Response of any other respondent;  

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 3 of 9 

(iv)  encourage the City to withdraw the RFQ;  

(v)   encourage the City to reject all of the responses;  

(vi)  convey a complaint about a particular response; or 

(vii) directly or indirectly ask, influence, or persuade any City official, City  employee, or body to favor or oppose, recommend or not recommend, vote for or against, consider or not consider, or take action or refrain from taking action on any vote, decision, or agenda item regarding the solicitation. 

(F) “Solicitation” means an opportunity to compete to conduct business with the City that  requires  City  Council  approval  under  City  Charter  Article  VII  Section  15 (Purchase Procedure) 

(G) “City” means Owner.  

 

(2) Restrictions on Contacts 

(A) During a no‐contact period, a Respondent shall make a representation only through the authorized contact person.  

(B) During  the no‐contact period, a Respondent may not make a representation  to a City official or  to a City employee other  than  to  the authorized  contact person. This prohibition also applies to a vendor that communicates and then becomes a Respondent.  

(C)  The  prohibition  of  representation  during  the  no‐contact  period  applies  to  a representation  initiated  by  a  Respondent,  and  to  a  representation  made  in response  to a representation  initiated by a City official or a City employee other than the Authorized Contact Person.  

(D)  If  the City withdraws an RFQ or  rejects all Responses with a  stated  intention  to reissue  the  same or  similar RFQ  for  the  same or  similar project,  the no‐contact period shall expire after the ninetieth day after the date the RFQ is withdrawn or all  Responses  are  rejected  if  the  RFQ  has  not  been  reissued  during  the  90‐day period. 

(E)  For a single vendor award, the no‐contact period shall expire when the first of the following occurs:  contract is executed or solicitation is cancelled 

(F)   For a multiple vendor award, the no‐contact period shall expire when the  last of the  following  occurs:    all  contracts  are  executed,  negotiations  have  been  fully terminated, or the ninetieth day after the solicitation is cancelled. 

(G)    The  purchasing  officer  or  the  director  may  allow  respondents  to  make representations  to  city  employees  or  city  representatives  in  addition  to  the authorized  contact  person  for  a  solicitation  that  the  purchasing  officer  or  the director  finds  must  be  conducted  in  an  expedited  manner;  an  expedited solicitation  is one  conducted  for  reasons of health or  safety under  the  shortest 

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 4 of 9 

schedule  possible  with  no  extensions.    The  purchasing  officer’s  or  director’s finding and additional city employees or city representative who may be contacted must be included in the solicitation documents. 

(H)  Representation to an independent contractor hired by the City to conduct or assist with a solicitation will be treated as representations to a City employee. 

(I)   A  current  employee,  director,  officer,  or member  of  a  respondent,  or  a  person related within the first degree of consanguinity or affinity to a current employee, director, officer or member of a  respondent,  is presumed  to be an agent of  the respondent  for  purposes  of  making  a  representation.    This  presumption  is rebuttable by a preponderance of the evidence as determined by the purchasing officer or director. 

(J)  A respondent’s representative is a person or entity acting on a respondent’s behalf with the respondent’s request and consent.  For example, a respondent may email their  membership  list  and  ask  members  to  contact  council  members  on  the respondent’s behalf.  The members are then acting per respondent’s request and with their consent, and the members have become respondent representatives. 

(3)  Permitted Representations  

(A)  If City seeks additional information from respondent, the Respondent shall submit the representation  in writing only to the authorized contact person. The contact person  will  then  distribute  the  written  representation  in  accordance  with  the terms of the RFQ. A Respondent cannot amend or add information to a Response after the Response deadline.  

(B)  If respondent wishes to send a complaint to the City, the respondent shall submit the  complaint  in writing only  to  the authorized  contact person.   The authorized contact person will then distribute a complaint regarding the process to members of  the  City  Council  or  members  of  the  City  board,  to  the  director  of  the department  that  issued  the  solicitation,  and  to  all  respondents  of  the  RFQ.  However the director shall not permit distribution of any complaint that promotes or  disparages  the  qualifications  of  a  respondent,  or  that  amends  or  adds information  to  a  response.    A  determination  of what  constitutes  promoting  or disparaging the qualifications of a respondent or constitutes amending or adding information is at the director’s sole discretion.   

(C) If a Respondent submits a written inquiry regarding an RFQ, the authorized contact person will provide a written answer and distribute both the inquiry and answer to all Respondents on the RFQ.  

(D)  If a Respondent does not receive a response from the authorized contact person, the Respondent may contact the director as appropriate.  

(E)    A  respondent may  ask  a  purely  procedural  question,  for  example  a  question regarding the time or location of an event or where information may be obtained, of a City employee other than the authorized contact person.   No suggestions or 

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 5 of 9 

complaints about  the contract process  that constitute a  representation  to a City employee, other  than  the  authorized  contact person,  is  allowed.   A  respondent may not ask a procedural question to a Council member, a council member’s aide, or of a City board member except in a meeting held under the Texas Government Code, Chapter 551 (Open Meetings Act). 

(F)  The Anti‐Lobbying ordinance allows representations: 

  (1)   made  at  a meeting  convened  by  the  authorized  contact  person,  including meetings to evaluate responses or negotiate a contract; 

  (2)  required by protest procedures for vendors; 

  (3)  made at a protest hearing; 

  (4)   provided to the Small & Minority Business Resources Department  in order to obtain  compliance  with  Chapter  2‐9A‐D,  the  MBE/WBE  Procurement  Program Ordinance; 

  (5)  made to the City Risk Management coordinator about insurance requirements for a solicitation; 

  (6)  made public at a meeting held under the Open Meetings Act; or 

  (7)   made from a respondent’s attorney to an attorney  in the Law Department  in compliance with Texas Disciplinary Rules of Professional Conduct. 

(G)   Nothing  in  the Anti‐Lobbying Ordinance prohibits communications regarding  the solicitation  between  or  among  City  officials  or  City  employees  acting  in  their official capacity. 

(H)  A contribution or expenditure defined in Chapter 2‐2 (Campaign Finance) is not a representation. 

(4)    Contract Voidable. If a contract is awarded to a Respondent who has violated these Anti‐Lobbying & Procurement provisions, the contract is voidable by the City.  

(5)   Debarment.  If  a  Respondent  has  been  disqualified  under  these  provisions more than  two  times  in  a  sixty month  period,  the  purchasing  officer  shall  debar  the Respondent from responding for a period not to exceed three years, provided the Respondent is given written notice and a hearing in advance of the debarment.  

 f. Certificate  of  Interested  Parties.    As  required  by  Section  2252.908  of  the  Texas 

Government Code, the Consultant who is awarded the contract is required to submit to the OWNER a complete Form 1295 “Certificate of Interested Parties” that is signed and notarized prior to contract execution.  This form must be completed and printed on the Texas  Ethics Commission website  and  returned  to Contract Developer  at  the  time  of execution of the contract.  Information and instructions on completing the form can be found at the following website: 

  https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm  

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 6 of 9 

g. The City of Austin,  in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d‐4) and the Regulations, hereby notifies all respondents that it will affirmatively ensure that any contract entered into pursuant to  this  solicitation,  disadvantaged  business  enterprises will  be  afforded  full  and  fair opportunity to submit responses to this solicitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 

 II.  Rejection of Proposals  OWNER reserves the right to reject any or all responses received for this RFQ and to waive any minor  informality  in  any  submittal or  solicitation  procedure  (a minor  informality  is  one  that does not affect the competitiveness of the Consultants).  

 

I. The following will cause your firm to be deemed non‐responsive: 

Form 2 – Affidavit of Authentication  is not  included with original signature and notarized. 

Form  3a–  Prime  Firm’s  EEO  Program  is  not  included  with  original  signature certifying firm conforms to City Code 5‐4‐2.  

Form 4 ‐ Affidavit of Non‐Collusion, Non‐Conflict of Interest, and Anti‐Lobbying is not included with original signature and notarized. 

 

The required Key Personnel do not have a current license/registration in the State of Texas at the time of submittal. 

The required Key Personnel are not employed by the prime firm as stated in the evaluation criteria. 

Failure  to  submit  MBE/WBE  or  DBE  Compliance  Plan  (or  other  MBE/WBE Procurement  Program  documents)  in  accordance  with  the  MBE/WBE Procurement Program Package or DBE Procurement Program Package. 

Failure to have an authorized agent of the Proposer attend the mandatory Pre‐Response Meeting, if applicable. 

Statement  of  Qualifications  (SOQs)  received  from  a  Proposer  who  has  been debarred or suspended by OWNER’s Purchasing Officer. 

SOQs  received  from  a  Proposer  when  Proposer  or  principals  are  currently debarred or suspended by Federal, State or City governmental agencies. 

 

II. The following may cause your firm to be deemed non‐responsive: 

Failure to provide a SOQ stamped “ORIGINAL”. 

Failure to provide the correct number of “COPY” SOQs. 

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 7 of 9 

Failure to provide an electronic version on CD or Flash Drive of your complete SOQ. 

Form 3b – Title VI Assurances, Appendix A is not included with original signature. 

Form 3c – Title VI Assurances, Appendix E is not included with original signature. 

Form 5 ‐ Affidavit of Availability is not included with original signature and notarized. 

Form 6 – Affidavit of Contract Execution is not included with original signature and notarized. 

Failure to provide a response to one or more of the Consideration Items. 

Response failed to show the prime firm performing the plurality of the services. 

Prime firm and/or subconsultants did not provide the number of projects required for an evaluation criteria item. 

Exceeding the maximum number of page limitations in any of the sections designated. 

Including projects that have not been completed within the specified time period. 

Combining forms. 

Failure to use the current City of Austin forms. 

Failure  to  acknowledge  receipt  of  Addenda  on  Form  1  –  Prime  Firm  General Information. 

Listing a subconsultant’s qualifications  in the body of the SOQ, yet failing to  list the subconsultant on the compliance plan. 

III.   Release of Information  Under  Texas  law,  information  relating  to  this  Solicitation may  be  kept  confidential  until  a contract has been executed.   OWNER shall not release  information relative to this Solicitation during  the  proposal  evaluation  process  or  prior  to  contract  execution,  except  as  otherwise required by law.  IV.  Award and Execution of Contract 

Capital  Contracting Director  shall  submit  recommendation  for  award  to  the  City  Council  for those project awards requiring City Council action.  Contract will be signed by City Manager or his/her  designee  after  award  and  submission  of  required  documentation  by  consultant.  Contract will not be binding upon OWNER until it has been executed by both parties.  OWNER will process the Contract expeditiously.  However, OWNER will not be liable for any delays prior to the award or execution of Contract.  The consultant must adhere to the terms stated in Form 6 – Affidavit of Contract Execution.  

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 8 of 9 

Upon contract award, the selected consultant must submit either their existing or an updated personnel policy (on letterhead) documenting conformity with City Code, Chapter 5‐4, § 5‐4‐2. If  the  company  does  not  submit  a  copy  of  their  personnel  policy  incorporating the  non‐discrimination policy,  the  company will not be  in  compliance and will not  receive a  contract award.   V.  Protest Procedures 

  The OWNER’s Capital Contracting Director has the authority to settle or resolve any claim of an alleged deficiency or protest. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Capital Contracting Director may dismiss your complaint or protest.  

Prior to Solicitation Due Date:  If you are a prospective Respondent and you become aware of the  facts  regarding  what  you  believe  is  a  deficiency  in  the  solicitation  process  before  the Solicitation is due, you must notify the City in writing, through the authorized contact person, of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Solicitation Due Date.  

After Solicitation Due Date: If you submit a response to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process or the recommended award as follows:  

1. You must file written notice of your intent to protest within four (4) calendar days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award.  

2. You must  file your written protest within  fourteen  (14) calendar days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Solicitation was due. If you know of the facts before that date, you must notify the City as stated above.  

3. You must  submit your protest  in writing,  through  the authorized  contact person, and must include the following information:  

a. your name, address, telephone, and fax number;  

b. the solicitation number and the CIP number, if applicable;  

c. a detailed statement of the  factual grounds  for the protest,  including copies of any relevant documents.  

4. Your  protest must  be  concise  and  presented  logically  and  factually  to  help with  the City’s review.  

5. When  the City  receives  a  timely written protest,  the Capital Contracting Director will determine whether the grounds for your protest are sufficient. If the Capital Contracting Director  decides  that  the  grounds  are  sufficient,  the  Capital  Contracting  Office  will 

  INSTRUCTIONS TO CONSULTANTS

REV. Date 06/22/17  INSTRUCTIONS TO CONSULTANTS  Page 9 of 9 

schedule  a  protest  hearing,  usually  within  five  (5)  working  days.  If  the  Capital Contracting Director determines that your grounds are  insufficient, you will be notified of that decision in writing.  

6. The  protest  hearing  is  informal  and  is  not  subject  to  the  Open Meetings  Act.  The purpose  of  the  hearing  is  to  give  you  a  chance  to  present  your  case,  it  is  not  an adversarial proceeding. Those who may attend from the City are: representatives from the  department  that  requested  the  purchase,  the  Law  Department,  the  Capital Contracting Office and other appropriate City staff. You may bring a representative or anyone  else  that  will  present  information  to  support  the  factual  grounds  for  your protest with you to the hearing.  

7. A decision will usually be made within fifteen (15) calendar days after the hearing.  

8. The Capital Contracting Director will send you a copy of the hearing decision after the appropriate City staff have reviewed the decision.  

9. When a protest  is filed, the City usually will not make an award until a decision on the protest  is made. However, the City will not delay an award  if the City Manager or the Capital Contracting Director determines that:  

a. The City urgently requires the supplies or services to be purchased, or  

b. Failure to make an award promptly will unduly delay delivery or performance.  

In those  instances, the Capital Contracting Office will notify you and make every effort to resolve your protest before the award.  

10. The  protest  or  notice  of  intent  and  the  protest  shall  be  submitted  in writing  to  the following address:  

 

 

P.O. Address for U.S. Mail:           Street Address for Hand Delivery/Courier Service:  

City of Austin               City of Austin ATTN:  Capital Contracting Officer                        ATTN:  Capital Contracting Officer P.O. Box 1088                  505 Barton Springs Road, Suite 1045‐A                    Austin, Texas 78767‐0845           Austin, Texas 78704  PHONE:  (512) 974‐7181  END

 

SCOPE OF SERVICES  

Solicitation Number: CLMP231 Project Name: ABIA Terminal Centralized Baggage Handling System 

Revision Date 09/28/16  SCOPE OF SERVICES  Page 1 of 4

 PROJECT FOR:  CITY OF AUSTIN, AVIATION DEPARTMENT, THROUGH ITS CAPITAL CONTRACTING OFFICE  PROJECT TITLE:  AUSTIN‐BERGSTROM INTERNATIONAL AIRPORT (ABIA) TERMINAL CENTRALIZED BAGGAGE HANDLING SYSTEM ‐ DESIGN CRITERIA/PROJECT DEFINITION MANUAL & EXPERT ADVISORY CONSULTANT SERVICES  OBJECTIVES OF THE PROJECT:  The Department of Aviation wishes to procure the services of an Expert Advisory Consultant to assist ABIA  in working with  the airport and airline stakeholders  to define  the scope, cost and schedule  of  the  future  baggage  handling  system  project  through  the  creation  of  a  Design Criteria Manual/Project Definition Manual to facilitate a separate Design‐Build contract.  The objective of this Consultant services contract will be to safeguard the interest of the airport and ensure that the baggage handling system is defined, planned, and developed to effectively serve the airport, airlines and passengers. The Consultant will develop project scope, strategies and  recommendations based on best practices and emerging  technologies and  standards  for baggage handling systems.    The Consultant will also represent and advise the airport as an Expert Advisor during the design and construction phases of the defined future baggage handling system project.  However, the City  anticipates  that  either  the  City  or  another  entity  will  award  a  separate  Design‐Build contract to complete the work.  At  the  completion  of  the  Design  Criteria  Manual/Project  Definition  Manual  (DCM/PDM)  a decision will be made concerning the delivery method of this future project.  BACKGROUND:  ABIA  is  experiencing  unprecedented  growth,  registering  a  9%  compounded  growth  rate  in passengers over the past 3 years, one of the highest growth rates in the nation.  This growth is exceeding existing airport and airline space, passenger and infrastructure system capacity.  The  current  Baggage  Handling  System  is  nearing  its  capacity  to  handle  domestic  and international passenger  traffic.   As passenger growth  increases  the existing baggage handling system  infrastructure  will  begin  to  slightly  exceed  capacity  during  peak  times  in  2025.  Additionally,  the  existing  baggage  handling  system  is  separated  into  an  east  and  west 

  SCOPE OF SERVICES

Revision Date 09/28/16  SCOPE OF SERVICES  Page 2 of 4

matrix/system.    There  is  no method  for  crossover  between  the  two  systems.    During  high volumes the east system is reaching capacity.    Existing  system  capacity  needs,  old  equipment  and  technology  changes  and  requirements necessitate  upgrades  and  changes  needed  to  provide  a  new  baggage handling  system.    The baggage handling system  is one of the most vital systems  in the airport and needs to be kept functioning.   As one of  the most vital systems within airport  infrastructure a new centralized baggage handling system will  improve airport and TSA efficiency  in addition to supporting the current and future growth of the airport.   ANTICIPATED SERVICES:  The Department of Aviation wishes to procure the services of an Expert Advisory Consultant to assist ABIA  in  defining  the  scope,  cost  and  schedule  of  the  future  baggage  handling  system project through the creation of a Design Criteria Manual/Project Definition Manual to facilitate a separate Design‐Build contract. At the completion of professional services for this preliminary phase ABIA should receive a Design Criteria Manual/Project Definition Manual establishing the scope, budget and schedule for this future Baggage Handling System project. See Attachment 1 –  Guide  for  Development  of  Design  Criteria  Manual  for  a  Design‐Build  Solicitation  as  a reference.  As  the  Resource  Allocation  Plan  (RAP)  is  produced with  the  selected  firm,  these services will be defined in more detail.    The Expert Advisory Consultant will also continue to advise the airport during the design and construction phases of the future ABIA Terminal Centralized Baggage Handling System project.   The Expert Advisor will provide  review and comment during  the design phase of  the defined project.  The expert will review the information from the future project design team providing review  and  comment  at  30  days,  60  days  and  90  days;  project  third  party  cost  estimating; provide  third party  airport  consulting during  the project design  through  construction phases and provide some construction observation of the future project. After the  initial DCM phase, anticipated services may be better defined.    PROPOSED PROJECT SCHEDULE:  Design Criteria Manual/Project Definition Manual kick off January 2018 Design Criteria Manual/Project Definition Manual completion May 2018 Project Delivery decision June 2018 Overall Design schedule January 2019 – August 2019 Overall Construction schedule December 2019 – October 2021  

  SCOPE OF SERVICES

Revision Date 09/28/16  SCOPE OF SERVICES  Page 3 of 4

 PROPOSED PROCUREMENT SCHEDULE  RFQ Issued 6/30/17 Pre‐Response Meeting 7/13/17 Submittals Due 8/2/17 Evaluation 8/17/17 Interviews 8/31/17 Council 11/2/17 Contract Kickoff 11/10/17 Contract Execution 12/29/17    COST ESTIMATE:  The professional services fee is estimated to be $700,000.  MAJOR AND OTHER SCOPES OF WORK:  Below  is  a  list of  the major  scopes of work  that  the City has  identified  for  this project.  The experience of the firms  listed to perform the Major Scopes of Work, whether a subconsultant or  prime  firm,  will  be  evaluated  under  Consideration  Item  6  –  Major  Scopes  of  Work  – Comparable Project Experience.    In addition, the City has identified Other Scopes of work that MAY materialize during the course of the project.   The City does not guarantee that the scopes listed under Other Scopes of work will materialize on this contract.  If the prime consultant  intends to enter  into a subconsulting agreement on a  scope of work not  listed below,  the prime  consultant  is  required  to  contact SMBR and request an updated availability list of certified firms in each of the scopes of work for which the prime consultant intends to utilize a subconsultant.   * Major Scopes of Work Architectural Services  Engineering Services Cost Estimating Quality Assurance/Control Consulting Aviation Consulting   

  SCOPE OF SERVICES

Revision Date 09/28/16  SCOPE OF SERVICES  Page 4 of 4

 Notes:   

  Construction  Inspection  and  Public  Information  and  Communications  are  NOT  a 

subconsultant opportunity.  These services will be performed in‐house or under a separate contract, if needed, and will be determined when project assignment is made.  

Participation at the prime consultant or subconsultant level will create a conflict of interest and  thus  necessitate  exclusion  from  any  City‐issued  contracts  resulting  from  the  work performed  to produce  the DCM/PDM.  The prime  consultant will  also  act  as  the owner’s expert advisor during the design and construction phases. 

  If the City determines that a conflict of  interest exists at the prime or subconsultant  level, 

the City reserves the right to replace/remove the prime or instruct the prime consultant to remove the subconsultant with the conflict of interest and to instruct the prime consultant to seek a post‐award change to the prime consultant’s compliance plan as described in City Code § 2‐9B‐23.  Such substitutions will be dealt with on a case‐by‐case basis and will be considered  for  approval  by  Small  and Minority  Business  Resources  (SMBR)  in  the  usual course of business.  The City’s decision  to  remove a prime or  subconsultant because of a conflict  of  interest  shall  be  final.  (Construction  Inspection  firms will  not  be  allowed  to perform  inspection  services  on  those  capital  improvement  projects  in  which  they performed prior services in either a prime or subconsultant capacity.) 

 

A  consultant  performance  evaluation  will  be  performed  on  all  professional  services contracts. This evaluation will be conducted at the end of each phase.      

  

 

EVALUATION CRITERIA  STAND ALONE SOLICITATIONS Solicitation Number:  CLMP231 Project Name:  ABIA Terminal Centralized Baggage Handling System Design Criteria Manual 

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 1 of 7

The following  is a description of  items to receive consideration  in the evaluation of responses for  providing  professional  engineering/architectural/planning  services  to  the  City  of  Austin.  Following each description are the evaluation points associated with the item.  TOTAL POSSIBLE POINTS EQUALS 100 (plus 15 points for interviews, if conducted).  Wherever used, “prime firm” denotes a single  firm or a  joint venture responding as the prime consultant.   Wherever used, "page"  refers  to  single‐sided,  single  spaced,  10‐point minimum  font  printed  8‐1/2  x  11‐inch pages.    The  prime  firm  shall  perform  the  largest  share  of  the  assignment  (on  an  estimated percentage of total agreement basis).  Responses failing to show the prime firm performing the plurality of the services shall be rejected as non‐responsive.  Limitations  on  volume  of  requested  information  apply  equally  to  single  firms  and  joint ventures regardless of the number of firms partnering  in the  joint venture.   Responses with excess  volume or which do not  include  information  for  the evaluation of all  consideration items may not be thoroughly reviewed or may be rejected as non‐responsive.  All prime firms and subconsultants must be registered to do business with the Owner prior to contract  award.    Prime  firms  are  responsible  for  ensuring  that  their  subconsultants  are registered as vendors with  the City of Austin.   You may  register  through  the Owner’s on‐line Vendor  Registration  system.    Log  on  to  the  link  below  and  follow  the  directions:  https://www.ci.austin.tx.us/financeonline/vendor_connection/index.cfm  NOTES:     Firms  and  individuals,  who  are  proposed  as  staff  on  this  RFQ,  must adhere  to  the 

requirements  of  Subchapter  A  of  the  Texas  Professional  Engineering  Practice  Act regarding  the  use  of  the  term  "engineer".   The  full  text  of  the  Texas  Professional Engineering Act may be found at:  http://www.engineers.texas.gov. 

  Firms  and  individuals  who  are  proposed  as  staff  on  this  RFQ,  must  adhere  to  the 

requirements of Subchapter A of the Texas Architecture Practice Act regarding the use of  the  term  “Architect”.   The  full  text  of  the  Texas Architecture  Practice Act may  be found at:  http://www.statutes.legis.state.tx.us/Docs/OC/word/OC.1051.doc 

 DEFINITIONS: 

 The  following  definitions  are  meant  to  assist  the  prime  firm  in  determining  the appropriate key team members for this project.  These definitions are not exhaustive and are meant only as a guide. 

  EVALUATION CRITERIA – STAND ALONE

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 2 of 7

  

1. “Completed Project” ‐ The City will consider a project complete when:      a) The specified discipline for which you are working has been completed; or, 

b) All phases or scopes of work have been completed.  

2. “Project Manager”:  The COA defines a project manager as an individual in the prime firm who: 

Sets deadlines, assigns responsibilities and monitors and summarizes progress of project. 

Has the responsibility of the planning, execution and closing of a project.  Responsible for accomplishing the stated project objectives and deliverables.  Leads project meetings to collect and disseminate information pertaining to the project.  Coordinates the collection and dissemination of information between/within the 

company and COA.  Manages all aspects of the project, including subconsultants. 

 

3.  “Project Principal”:   The COA defines a project principal as an individual in the prime firm who: 

Has executive oversight of projects.  Has the authority to remove the PM and/or Project Professional (PE or PA) assigned to 

this project.  Has the authority to secure additional resources to the project. 

4.  “Project Professional”:  The COA defines a project professional as an individual in the prime firm who: 

Serves as lead Engineer, Architect, Landscape Architect, Planner or other professional on the proposed team who designs and develops project specifications. 

Creates, reviews and provides resolution of technical specifications.  Directs other professional activities.  Is responsible for the preparation of probable construction cost estimates.  Has all required licenses, certifications or registrations from the State of Texas at the 

time of submittal.  

  EVALUATION CRITERIA – STAND ALONE

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 3 of 7

  

 

CONSIDERATION ITEM 1   DBE PROCUREMENT PROGRAM  Were Goals achieved or did response indicate that a Good Faith Effort was made to achieve the Goals? 

  No  ‐  Response will not be evaluated.   Yes  ‐  Evaluation of the response will continue. 

 Attach the following:  DBE Compliance Plan   Letters from subconsultants confirming contact/commitment to the project. 

  CONSIDERATION ITEM 2   TURNED IN ALL REQUIRED DOCUMENTS  Did respondent turn in the requested documents as required by this Consideration Item and the forms and submittal requirements for all other consideration items?   

     No  ‐  Response will not be evaluated.   Yes  ‐  Evaluation of the response will continue. 

 Respondent must attach the following to Consideration Item 2:  

Form 1 – Prime Firm General Information  Form 2 – Affidavit of Authentication  Form 3A ‐ Prime Firm’s EEO Program   Form 3B ‐ Title VI Assurances Appendix A  Form 3C – Title VI Assurances Appendix E  Form 4 ‐ Affidavit of Non‐Collusion, Non‐Conflict of Interest, and Anti‐Lobbying  Form 5 ‐ Affidavit of Availability  Form 6 ‐ Affidavit of Contract Execution 

 NOTE:  Other forms and submittal documents required in the remaining consideration  

items should be attached to that respective consideration item.       

  EVALUATION CRITERIA – STAND ALONE

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 4 of 7

  

CONSIDERATION ITEM 3a TEAM’S STRUCTURE 10 Points Maximum    City  is  interested  in  team's  organizational  structure.  Identify  project  leadership,  reporting responsibilities,  how  prime  firm  will  interface  with  City's  project  manager,  and  how subconsultants will work within  the  team  structure.   Describe  the  roles of  the key  individuals proposed to work on this project. Indicate activities, responsibilities and key personnel on the organizational  chart. Organizational  chart may  be  submitted  on  11  x  17  paper.    Response should  align with  team’s  proposed DBE  Compliance  Plan  provided  in  Consideration  Item  1 above.  

Provide an organizational chart. (1 page limit)  Provide a brief narrative.  (Narrative should not exceed 3 pages)  

 CONSIDERATION ITEM 3b TEAM’S PROJECT APPROACH  20 Points Maximum   City is interested in team's overall understanding of the project scope and issues.  Describe any significant project  issues and the team’s approach  in addressing those  issues. Reference  issues seen on  similar  scoped projects, and  the overall approach  to mitigate  those and other  issues. Describe your team’s methods to successfully complete the work; your team’s understanding of the techniques and sequencing required; and how the prime firm will  interface with the City’s appointed representative.   Please describe the major subconsultants’ placement  in the overall approach to the project.    

Provide a narrative not to exceed five (5) pages.   

 CONSIDERATION ITEM 4 EXPERIENCE OF PROJECT MANAGER, AIRPORT SYSTEMS ENGINEER, AND PROJECT PRINCIPAL (past 10 Years) 20 Points Maximum 

  (Project Manager – 10 points; Airport Systems Engineer – 6 points; Project Principal – 4 points)  

City is interested in the experience of the Project Manager, Airport Systems Engineer, and Project Principal  that  demonstrates  history  and  success  with  projects  of  similar  programs,  budgets, and/or clients as  the project described  in  this solicitation.   Points will be awarded as  indicated above.   Only one  individual per  job  responsibility  should be designated.   The prime consultant must employ the Project Manager, Airport Systems Engineer and Project Principal.   The Project 

  EVALUATION CRITERIA – STAND ALONE

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 5 of 7

  

Manager, Airport Systems Engineer, and Project Principal may be the same individual. The Project Manager must be a registered architect in the State of Texas at the time of submittal.  List  three  (3) projects meeting  these  criteria which have been  completed  in  the past  ten  (10) years for each individual.   

Complete Form 7 – Experience of Project Manager.   Please provide no more than one (1) page per project.   

Complete  Form  8  –  Experience  of  Airport  Systems  Engineer.    Please  provide  no more than one (1) page per project.   

Complete Form 9 – Experience of Project Principal.   Please provide no more  than one (1) page per project.     

Attach a resume of no more than two (2) pages for each individual.  CONSIDERATION ITEM 5   PRIME FIRM’S COMPARABLE PROJECT EXPERIENCE (past 5 years) 15 points maximum   City  is  interested  in  the  prime  firm's  history  and  success with  projects  of  similar  programs, budgets,  and/or  clients  as  the  project  described  in  this  solicitation.    List  three  (3)  projects meeting these criteria which have been completed in the past five years.  In addition, City may consider history of firm in complying with project programs, schedules, and budgets on previous City projects.    

Provide a narrative not to exceed one (1) page.    Complete Form 10 and provide no more than one (1) page per project. 

 City is interested in the prime firm's expertise in design. Please submit a representative sampling in two dimensional formats of designs completed by the prime firm in the past five years.  Please provide project name and basic  information regarding  location, date of construction, names of design team members, project scope, etc. for three projects.  

Provide  copies  of  drawings  or  photographs  bound  into  the  hard  copy  of  the response and provided as a separate PDF file  in the CD or flash drive.   Please do not send portfolios or original work as these items cannot be returned to you. 

  CONSIDERATION ITEM 6 MAJOR SCOPES OF WORK ‐ COMPARABLE PROJECT EXPERIENCE (past 5 years) 15 points maximum  The City has identified Major Scopes of Work to be provided for this project, which are included in the Scope of Services.  Each scope of work can be accomplished through subcontracting other 

  EVALUATION CRITERIA – STAND ALONE

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 6 of 7

  

firms or utilizing  the prime  firm.   The City  is  interested  in  the history and  success of  the  firm proposed  to  perform  the  scope  of  work  (subconsultant  or  prime),  with  projects  of  similar programs, budgets, and/or clients as the areas identified.  List three (3) projects per Major Scope of Work meeting these criteria which have been completed  in the past five years.   In addition, City may consider history of firms  in complying with project programs, schedules, and budgets based on previous City projects.   If more than one firm  is  listed for a particular Major Scope of Work, the City expects the work will be divided evenly among them.    If more than one firm  is listed  for a particular Major Scope of Work,  list three  (3) projects per  firm per scope of work.  Provide no more than one page per firm per scope.       

Complete Form 11  for each Major Scope of Work  listed  in the Scope of Services.  Provide no more  than one page per Major Scope of Work, per  firm.     All major subconsultants  listed  in  this  item must also be  included  in your DBE Compliance Plan.   

  CONSIDERATION ITEM 7 TEAM’S EXPERIENCE WITH AUSTIN ISSUES 10 Points Maximum  City is interested in the team’s (including subconsultants) experience with Austin issues, as may be  evidenced  by  work  in  the  Austin  area  during  the  past  five  (5)  years.  Briefly  describe experience in the following areas and reference projects relating to that experience:  

City of Austin site development and/or building permit requirements.  Austin area construction costs and practices.  Responsiveness due to proximity of projects to local office.    Provide a brief narrative of no more than four (4) pages. 

  

CONSIDERATION ITEM 8 CITY OF AUSTIN’S EXPERIENCE WITH PRIME FIRM (past 5 years) 10 Points Maximum 

 The City will consider the history of the firm in complying with project programs, schedules, and budgets on previous City of Austin projects within the  last five (5) years.   Firms with previous projects with  the City of Austin and have had no  issues will receive 10 points.   Points will be deducted  if  the City has had negative experience with  the prime  firm’s performance on City projects.   Deductions are based on Consultant Evaluations completed by Project Managers at the end of each phase of the project.  

 Specific consideration items by phase may include: 

  EVALUATION CRITERIA – STAND ALONE

Rev. Date 06/22/17  EVALUATION CRITERIA – STAND ALONE  Page 7 of 7

  

Timely  completion  of  projects  and  timeliness  of  performance  per  PSA  and authorized amendments.  

Timely,  accurate,  and  complete  payment  applications  and  payments  to subconsultants.  

Deliverables met criteria established  in contract / resolution of significant  issues  in writing. 

Compliance  with  City  ordinances  on  substitution/addition/deletion  of subconsultants.    

Compliance with Minority and Women‐Owned Business Procurement Program.  Compliance  with  City  standards,  including  regulatory  compliance  and  permitting 

requirements.  Conformance to City budget/cost requirements. 

‐  Preliminary, Design, and Bid/Award ‐ estimates were within Fixed Construction       Budget. ‐  Construction ‐ dollar value of change orders were <=5% of construction     contract amount. 

Quality of work performed.  

Firms who have had no previous projects with the City of Austin will receive a score equal to the average of all Engineering firms in the data base with previous City projects.     CONSIDERATION ITEM 9    INTERVIEWS (OPTIONAL)   15 Points Maximum 

 The City may determine  that  it  is necessary  to  interview  short‐listed  firms prior  to making  a recommendation  to  the  City  Council. Staff  intends  to  use  the  following  guidelines  for  the optional interview process: 

The point difference between  the  first  and  second  ranked  firm  is  less  than  three points. 

The  number  of  firms  interviewed  will  depend  on  the  closeness  of  the  scores following evaluation of the written proposals. 

Staff will consider significant gaps in point separation between the top ranked firms in determining the number of firms to be interviewed.  

Only firms that are considered qualified to perform the work, on the basis of their written proposal, will be invited for interviews.    

No more than five firms will be interviewed.    Staff may  conduct  interviews  in  other  cases where  staff  believes  it  is  in  the best 

interest of the City.  The City reserves the right to determine whether an interview will be conducted for 

every solicitation/project.  

2-9B Professional Services DBE Compliance Plan Packet Revised December 2016

CITY OF AUSTIN

49 CFR PART 26 PROFESSIONAL SERVICES

DISADVANTAGED BUSINESS ENTERPRISE

PROCUREMENT PROGRAM

Solicitation Name: ABIA Terminal Centralized Baggage Handling System DCM Solicitation Number: RFQS 6100 CLMP231 Issue Date: 6/30/2017

richl
Typewritten Text
richl
Typewritten Text
richl
Typewritten Text
richl
Typewritten Text

2-9B Professional Services DBE Compliance Plan Packet Revised December 2016

Table of Contents

DBE GOALS ........................................................................................................ 1

OVERVIEW ......................................................................................................... 1

DBE COMPLIANCE PLAN INSTRUCTIONS ................................................ 3

Section I Project Identification and Goals ............................................................................................................................... 3

Section II Respondent Information .......................................................................................................................................... 3

Section III DBE Compliance Plan Summary ............................................................................................................................. 3

Section IV Disclosure of DBE Participation .............................................................................................................................. 3

Section V Disclosure of Non-Certified Subconsultants ............................................................................................................ 5

Section VI Disclosure of Second-Level Subconsultants ............................................................................................................. 5

Section VII DBE Compliance Plan Checklist ............................................................................................................................. 5

GOOD FAITH EFFORTS INSTRUCTIONS .................................................... 6

Contacting Potential DBE Subconsultants .................................................................................................................................. 6

Good Faith Efforts Review ........................................................................................................................................................... 7

POST-AWARD INSTRUCTIONS ...................................................................... 9

Confirmation Letters .................................................................................................................................................................... 9

Post-Award Monitoring ................................................................................................................................................................ 9

Payment Verification ................................................................................................................................................... 9

Change Order/Contract Amendments ....................................................................................................................... 9

Progressive Sanctions ................................................................................................................................................ 10

DBE COMPLIANCE PLAN .............................................................................. 11

Sample Letter to Potential Subconsultants ............................................................................................................... 17

Sample Confirmation Letter ...................................................................................................................................... 18

AVAILABILITY LIST …………………………………………………………….

49 CFR Part 26 DBE Compliance Plan-Professional Services 1 Revised December 2016

DBE GOALS

Annual/Project

Participation Goals

DBE ___13.29____ %

OVERVIEW

The City of Austin is a Recipient of Federal Aviation Administration (FAA), Department of Transportation (DOT) and the Environmental Protection Agency (EPA) grant funding, therefore it is necessary to follow the requirements of the United States Department of Transportation, as contained in 49 CFR Part 26 and the applicable City of Austin’s City Code, Chapter 2-9(A-D), as amended. It is the policy of the City of Austin and the United States Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26, have equal opportunities to participate in the performance of contracts on the City of Austin’s grant funded projects. The DBE requirements of 49 CFR Part 26 and the applicable City of Austin City Code, Chapter 2-9B, as amended, apply to this solicitation. All proposers must comply with 49 CFR Part 26 and the applicable City of Austin’s Codes, Section 2-9(A-D) and Program Rules to ensure that Disadvantaged Business Enterprises have equal opportunity to compete for and perform on contracts. The City of Austin and its consultants shall not discriminate on the basis of race, color, national origin, disability or gender in the award and performance of contracts. Firms or individuals submitting responses to this Request for Proposal/Qualification agree to abide by the City’s Disadvantaged Business Enterprise (DBE) Procurement Program. The City’s DBE Program is intended to 1. ensure nondiscrimination in the award and administration of DOT- assisted contracts; 2. create a level playing field on which DBEs can compete fairly for DOT-assisted contracts; 3. ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; 5. help remove barriers to the participation of DBEs in DOT assisted contracts; 6. promote the use of DBEs in all types of federally-assisted contracts and procurement activities; 7. To assist the development of firms that can compete successfully in the market place outside the DBE Program; and 8. provide appropriate flexibility to recipients of Federal financial assistance in establishing and providing opportunities for DBEs. The City of Austin and its consultants shall not discriminate on the basis of race, color, national origin, disability, or gender in the award and performance of contracts. The City encourages Respondents to achieve the DBE participation goals and subgoals for this contract. However, Respondents may comply with 49 CFR Part 26 without achieving the participation goals so long as they make and document Good Faith Efforts that would allow DBE participation. Respondents that do not meet the project’s goals and subgoals are subject to Good Faith Efforts review. Prior to the due date and time specified in the City’s solicitation documents, all Respondents (including those Firms certified as DBEs) shall submit: (1) an DBE Compliance Plan and (2) if it is anticipated the project goals will not be met, all appropriate documentation to demonstrate Good Faith Efforts to meet the project goals. Any questions regarding preparation of the DBE Compliance Plan should be directed to SMBR at [email protected]. Such contact is not a violation of the Anti-Lobbying Ordinance. The City has implemented Anti-Lobbying Ordinance (Chapter 2-7 of the Austin City Code). Under Chapter 2-7, there is a “no-contact” period from the date the City issues a solicitation until the contract is executed. During the “no-contact” period, a person responding to a City solicitation can speak only to the contract’s authorized contact person

49 CFR Part 26 DBE Compliance Plan-Professional Services 2 Revised December 2016

regarding their solicitation response. Chapter 2-7 allows certain exceptions; for instance, a person responding to a City solicitation may speak to SMBR regarding this DBE Compliance Plan. See the full language of the City Code or solicitation documents for further details. If the DBE Compliance Plan and Good Faith Efforts documentation are not submitted prior to the due date specified in the solicitation documents, the bid will be deemed non-responsive and not be accepted for consideration.

49 CFR Part 26 DBE Compliance Plan-Professional Services 3 Revised December 2016

DBE COMPLIANCE PLAN INSTRUCTIONS SMBR may request written clarification of items listed on the DBE Compliance Plan. However, there will be no further opportunity for the Respondent to augment the DBE participation originally listed in the DBE Compliance Plan or to demonstrate Good Faith Efforts that were not made prior to the submission of the DBE Compliance Plan. Changes to the DBE Compliance Plan are permitted only after contract execution and only with prior written approval of SMBR. Please type or clearly print all information, use “none” or “N/A” where appropriate, and sign and date the DBE Compliance Plan as indicated. DBE Compliance Plans not complying with the DBE Compliance Plan Instructions shall be rejected as non-responsive. Submissions not utilizing the forms provided with the solicitation may render the submission nonresponsive or noncompliant.

Section I Project Identification and Goals This section includes the pre-printed Project Name, Project/Solicitation Number, and goals and/or subgoals. The Respondent does not need to fill in any information under Section I.

Section II Respondent Information The Respondent should complete this section with its information and sign in the space provided. The portion of Section II marked as “Reserved for City of Austin SMBR Only” should be left blank.

Section III DBE Compliance Plan Summary This section is a summary of subconsultant participation in this Bid. Respondent should complete Sections IV-VII, described below, before attempting to complete Section III. After completing Sections IV-VII, calculate the percentage of DBE participation for each goal and enter the information in the blanks provided. Because Section III is a summary, if there are any inconsistencies between Sections IV-VII and Section III, the calculations contained in Sections IV-VII will prevail. If the Respondent indicates that they do not anticipate meeting the goals with certified DBE firms, then the Respondent shall submit documentation detailing their Good Faith Efforts to meet the established DBE goals. The DBE Compliance Plan will be reviewed and approved by the Small and Minority Business Resources Department.

Section IV Disclosure of DBE Participation Please list all certified DBEs subconsultants using the legal name under which they are registered to do business with the City of Austin and/or the Texas Department of Transportation (TXDOT) and the value of the service they will be performing themselves except for subconsultant(s) that will be performing the trucking or hauling scope of work/services (see Section VII below), when applicable. Do not include the value of services that the DBE’s subconsultants will be subcontracting to second-level subconsultants. By listing certified DBE Firms on the DBE Compliance Plan, the Respondent indicates that both parties acknowledge the price and/or percentage and scope of work/service and that they are prepared to contract for that price and/or and scope if the City awards the project to the Respondent. When applicable, unit price subcontracts are acceptable if appropriate to the type of work/services being performed. A Letter of Intent (LOI) does not replace a binding contract between a prime consultant and a subconsultant. Before completing Section IV of the DBE Compliance Plan, please read the following instructions regarding how to count DBE participation:

(A) Only the value of the work/services actually performed by the DBE shall be counted toward the goals. This includes, when applicable:

49 CFR Part 26 DBE Compliance Plan-Professional Services 4 Revised December 2016

(1) work/services performed by the DBE’s own forces;

(2) the cost of supplies, materials, or equipment purchased, leased, or otherwise obtained by the DBE

for the work/services of the contract (except that supplies, materials, and equipment purchased or leased from the prime consultant or its affiliate may not be counted toward the goal); and

(3) fees or commissions charged by an DBE for providing a bona fide service, such as professional,

technical, consultant, or managerial services, or for providing bonds or insurance specifically required for the performance of a contract, provided the fee is reasonable and not excessive as compared with fees customarily allowed for similar services.

(B) When a Respondent purchases supplies, materials, or equipment from an DBE, the cost of those supplies,

materials, or equipment shall be counted toward the goals as follows:

(1) If the supplies, materials, or equipment are obtained from a DBE that is a Manufacturer or Regular Dealer, 100 percent of the payment for the supplies, materials, or equipment shall be counted toward the goals.

(2) If the supplies, materials, or equipment are obtained from a DBE that is neither a Manufacturer nor a Regular Dealer, the cost of the materials and supplies themselves shall not be counted toward the goals. However, fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, may be counted toward the goals if the payment of such fees is a customary industry practice and such fees are reasonable and not excessive as compared with fees customarily allowed for similar services.

(C) When a DBE subconsultant listed on the DBE Compliance Plan subcontracts part of the work/services of its

contract to another Firm, the value of that second-level subconsultant work/services may not be counted toward the goals based on the initial subconsultant’s DBE certification. Please see Section VI for an explanation of how to count the value of second-level subconsultants’ work/services.

(D) A Firm owned by a minority firm may be certified as a DBE, MBE and/or a WBE (multi-certified). On a

single contract, the value of the work/services performed by a multi-certified subconsultant may only be counted toward the DBE goals. The Respondent must only designate the certified subconsultant as a DBE in the DBE Compliance Plan for the purpose of meeting the goals set for that contract. That designation may not be changed for the duration of the contract.

(E) When a DBE performs as a participant in a certified Joint Venture, only the portion of the contract value

that is the result of the distinct, clearly defined portion of the work/services that the DBE performs with its own forces and for which it is at risk shall be counted towards the project goals. For more specific information regarding requirements and evaluations of certified DBE Joint Ventures, please see the City’s DBE Procurement Program Rules or contact SMBR’s Certification Division.

(F) Only expenditures to a DBE consultant that is performing a Commercially Useful Function shall be counted

toward the project goals. If SMBR makes an initial determination that a DBE is not performing a Commercially Useful Function given the type of work/services involved and normal industry practices, the DBE may present evidence to rebut this presumption.

(G) To be counted toward project goals, DBEs must be certified by SMBR or the Texas Unified Certification

Program (TUCP) prior to the due date to submit the DBE Compliance Plan as specified in the City’s

49 CFR Part 26 DBE Compliance Plan-Professional Services 5 Revised December 2016

solicitation documents. A Firm that is certified as a DBE at the time that the DBE Compliance Plan is filed may cease to be a certified Firm before the contract is completed. The value of the work/services performed by such a Firm may still be counted toward the project goals through the end of the contract.

Section V Disclosure of Non-Certified Subconsultants

Please list all known non-certified subconsultants, using the legal name under which they are registered to do business with the City of Austin, to be used in the performance of this contract. If Respondent will not use any non-certified Firms, please write “N/A” in the first box on this page. The scopes of work/services indicated in Section V will be considered subcontracting opportunities for DBEs, unless it is demonstrated that certified DBEs are unavailable or do not possess the requirements in the technical portion of the solicitation to perform the work/services involved. If Respondent did not meet the project goals, Respondent must explain in the space provided why DBEs were not used as subconsultants and submit documentation for the stated reason if applicable. If Respondent did meet the project goals, please indicate “Goals Met” in the space provided.

Section VI Disclosure of Second-Level Subconsultants Please complete this section if Respondents knows that one or more of Respondent’s subconsultants will subcontract part of the work/services of their contracts to second-level subconsultants. In the last line of each entry box, please write the name of the first-level subconsultant that will be subcontracting work/services to the second-level subconsultant. Identify second-level subconsultants by the legal name under which they will be registered to do business with the City. The first-level subconsultant should be listed in Section IV or Section V. If Respondent is not aware of any second-level subconsultants, please write “N/A” in the first box on this page. As discussed in Section IV above, when a DBE subconsultant subcontracts part of the work/services of its contract to another Firm, the value of that second-level subconsultant work/services may not be counted toward the goals based on the initial subconsultant’s DBE certification. The value of the second-level subconsultant work/services may be counted toward the project goals only based on the second-level subconsultant’s own DBE certification, if any. Work/services that a DBE subcontracts to a non-certified firm does not count toward the goals. Work/services that a DBE subconsultant contracts to another certified firm shall not be counted twice towards the goal.

Section VII DBE Compliance Plan Checklist Please complete the DBE Compliance Plan Checklist with the information requested if the stated project goal(s) are not met.

49 CFR Part 26 DBE Compliance Plan-Professional Services 6 Revised December 2016

GOOD FAITH EFFORTS INSTRUCTIONS (See Sample Letter To Potential Subconsultants and Availability List)

The Respondent has a responsibility to make a portion of the work/services available to DBE subconsultants so as to facilitate meeting the goals. If the Respondent cannot achieve the goals, documentation of the Respondent’s Good Faith Efforts to achieve the goals must be submitted at the same time as the DBE Compliance Plan. The SMBR Director will review the documentation provided and determine if the Respondent made sufficient Good Faith Efforts. That there may be some additional costs involved in soliciting and using DBE and WBEs is not a sufficient reason for a Respondent’s failure to meet the goals, as long as such costs are reasonable. However, a Respondent is not required to accept a higher quote from a subconsultant in order to meet a goal. Contacting Potential DBE Subconsultants The City has determined the scopes of work/services for this project and provided an Availability List of all the DBE firms certified to perform those scopes. The Availability List is included with the solicitation documents and has two sections: Vendors Within the Significant Local Business Presence (SLBP) Area and Vendors Outside the Significant Local Business Presence (SLBP) Area. As part of Good Faith Efforts, Respondents must contact all firms listed in the on the availability list. Please note that every firm on the Availability List is City-certified or TUCP certified as a DBE for purposes of meeting the project goals, and Respondents are encouraged to contact all the firms. If a Respondent identifies an additional scope of work/services for this project not identified in the solicitation, the Respondent must request from SMBR an Availability List for that scope of work/services and contact all firms, if any, on such list. The SMBR Director determines whether the Respondent has made sufficient Good Faith Efforts if goals are not met. The City neither warrants the capacity or availability of any Firm, nor does the City guarantee the performance of any Firm indicated on the availability list. The availability list is sorted in numerical sequence by National Institute of Governmental Purchasing (NIGP) Commodity Code. It includes all certified DBE vendors for the scopes of work/services identified by the City and the TUCP as being potentially applicable to this project. However, the availability list is not a comprehensive identification of all areas of potential subconsulting opportunities. If a Respondent identifies one or more work/services areas that are appropriate subconsulting opportunities that not included on the availability list, the Respondent shall contact SMBR to request the availability list for DBE Firms in those areas. Requests for supplemental availability lists will be evaluated as a part of the Respondent’s Good Faith Efforts to meet the goals. If the Respondent believes any of the work/services areas on the availability list are not applicable to the project’s scope of work/services or if the Respondent believes that the lists are inaccurate, the Respondent shall notify the authorized contact person of the concern immediately and prior to submission of the response to the solicitation. All Respondents will be notified in writing of any inaccuracy by addendum to the solicitation. Concerns about a particular DBE’s certification status may be addressed to SMBR at [email protected]. If the Respondent wants to use a certified subconsultant that does not appear on this list, Respondent may request from SMBR proof of certification and the specific work/services areas for which the subconsultant has been certified.

Sample Letter To Potential Subconsultants provides a format for collecting required information from the subconsultants on the Availability List. The information must be obtained at least five (5) business days prior to the submission of the DBE Compliance Plan; alternate formats may be acceptable as long as they gather the same required information. Included with the solicitation documents is an alphabetized list containing the names and addresses of the DBE Firms listed on the Availability List. This list is in label format and is designed to facilitate the printing of mailing labels.

49 CFR Part 26 DBE Compliance Plan-Professional Services 7 Revised December 2016

The following codes are used on the availability lists:

F Female M Male

AA/B African American H Hispanic

A/N Asian/Native American W/C Caucasian

LOC A firm’s two-digit location code (e.g., SL or TX)

AU Austin

SL Significant Local Business Presence (SLBP)

TX Outside SLBP

TUCP Texas Unified Certification Program by Texas Department of Transportation (TXDOT) Work Area: AUS (Austin)

DBE A firm certified as a Disadvantaged Business Enterprise

WMDB A firm certified as a Woman-owned, Minority-owned, and Disadvantaged Business Enterprise

WDB A firm certified as both a Disadvantaged & Woman-owned Business Enterprise

MWDB A firm certified as a Minority-owned, Woman-owned, and Disadvantaged Business Enterprise

Good Faith Efforts Review If goals are not met, SMBR will examine the DBE Compliance Plan and the Good Faith Efforts documentation submitted with the DBE Compliance Plan to ensure that the Respondent made Good Faith Efforts to meet the project goals. In determining whether the Respondent has made Good Faith Efforts, SMBR will consider, at a minimum, the Respondent’s efforts to do the following:

(A) Solicit certified DBE subconsultants and request a response from those interested subconsultants who believe

they have the capability (ready, willing and able) to perform the work/services of the contract through at least two reasonable, available, and verifiable means. The Respondent must solicit this interest more than five (5) business days prior to submission of the DBE Compliance Plan to allow sufficient time for the DBEs to respond. (The date bids/proposals are due to the City should not be included in the seven day solicitation criteria.) The Respondent must state a specific and verifiable reason for not contacting each certified Firm.

(B) Provide interested DBEs with adequate information about the plans, specifications, and requirements of the

contract, including addenda, in a timely manner, to assist them in responding and submitting a proposal.

(C) Negotiate in good faith with interested DBEs that have submitted bids/proposals to the Respondent. An DBE that has submitted a bid to a Respondent but has not been contacted within five (5) business days of submission of the bid may contact SMBR to request a meeting with the Respondent. Evidence of good faith negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work/services selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work/services. Bid shopping is prohibited.

(D) Select portions of the work/services to be performed by DBEs in order to increase the likelihood that the

DBE goals will be met. This includes, where appropriate, breaking out contract work/services items into economically feasible units to facilitate DBE participation, even when the Respondent might otherwise prefer to perform these work/services items with its own forces.

(E) Publish solicitation notice in a local publication (i.e. newspaper, trade association publication, or via

electronic/social media).

49 CFR Part 26 DBE Compliance Plan-Professional Services 8 Revised December 2016

(F) We encourage the use of services provided by available community organizations; minority persons/women

consultants’ or groups in the applicable field for the type of work/services described in this solicitation; local, state, and federal minority persons/women business assistance offices; TUCP and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs.

(G) Seek guidance from SMBR on any questions regarding compliance with this section.

The following factors may also be considered by SMBR in determining compliance through good faith efforts, when applicable; however, they are not intended to be a mandatory checklist, nor are they intended to be exclusive or exhaustive:

(A) Whether the Respondent made efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the City or consultant.

(B) Whether the Respondent made efforts to assist interested DBEs in obtaining necessary equipment, supplies,

materials, or related assistance or services. In assessing minimum good faith efforts, SMBR may consider whether the Respondent sought assistance from SMBR on any questions related to compliance with this section. In addition, SMBR may also consider the performance of other Respondents successfully meeting the goals. The ability or desire of a Respondent to perform the work/services of a contract with its own organization does not relieve the Respondent of the responsibility to make Good Faith Efforts. Respondents may reject DBEs as unqualified only following thorough investigation of their capabilities. The DBE’s membership or lack of membership in specific groups, organizations, or associations, and political or social affiliations (for example union or non-union employee status), are not legitimate causes for the rejection or non-solicitation of bids/proposals in the Respondent’s efforts to meet the project goals. At a minimum, the following should be submitted to support Good Faith Effort documentation (documentation is not limited to this list):

Fax logs, emails, and/or copies of documents sent to firms Copies of written correspondence to certified firms (include names, addresses, and other identifying

information) Phone logs with responses (Phone contacts, alone, will not be sufficient.) Lists and copies of letters sent by mail, hand delivered, or e-mailed Breakdown of negotiations made with certified firms Copies of advertisements with local newspapers, trade associations, Chambers of Commerce and/or any other

public media Other communications regarding contacts with TUCP, trade associations and Chambers of Commerce

The following additional Good Faith Efforts factors may also be considered:

Copies of emails or phone logs regarding assistance in bonding, lines of credit, or insurance (as required by City or Consultant)

Copies of emails or phone logs regarding assistance in obtaining equipment, supplies, materials, or services Copies of all proposals received in response to Respondent contacting other Firms

49 CFR Part 26 DBE Compliance Plan-Professional Services 9 Revised December 2016

POST-AWARD INSTRUCTIONS (See Sample Confirmation Letter)

Confirmation Letters All Respondents are required to include copies of the confirmation letters received from subconsultants, confirming the Subconsultants’ willingness to provide services should the contract be awarded. Changes to the DBE Compliance Plan including additions, deletions, contract changes, or substitutions of subconsultants are permitted only after contract execution and only with prior written approval of SMBR. Request for changes to the DBE Compliance Plan must be submitted on the Request for Change of DBE Compliance Plan Form for all levels of subcontracting and must be approved by the SMBR Director prior to adding, deleting, changing or substituting any subconsultant.

Post-Award Monitoring The City will monitor post-award compliance information regarding the use of certified DBE Firm(s) listed on the DBE Compliance Plan. The Respondent will be required to submit post award reports detailing the utilization of all subconsultants. The reports and other information regarding post-award compliance will be discussed with the successful Respondent. The following information on Payment Verification, Change Order/Contract Amendments, Commercially Useful Functions (CUF’s) and Progressive Sanctions provides an overview of some of the post-award monitoring process.

Payment Verification Respondents are advised that the contract resulting from this solicitation includes a subconsultant payments clause. This clause requires all subconsultants to be paid within fourteen (14) calendar days from the date that the Respondent has been paid by the City for invoices submitted by subconsultants. The Respondent shall submit a Subconsultant/Supplier Awards and Expenditures Report (SUBK) to the project manager and/or contract administrator at the time specified by the managing department. The report shall be in the format required by the City and shall include all awards and payments to subconsultants for goods and services provided under the contract during the previous month. This report may be used by the City to verify utilization of and payment to DBEs. The Respondent and/or any subconsultant whose subcontracts are being counted toward the DBE requirements shall allow the City access to records relating to the contract, including but not limited to, subcontracts, payroll records, tax information, and accounting records, for the purpose of determining whether the DBEs are performing the scheduled subcontract work/services. In determining achievement of DBE goals, the participation of a DBE subconsultant shall not be counted until the amount being counted toward the goal has been paid.

Change Order/Contract Amendments The goals on this contract shall also apply to change orders that require work/services beyond the scope(s) of trades originally required to accomplish the project. The Respondent is required to make Good Faith Efforts to obtain DBE participation for additional scopes of work/services.

49 CFR Part 26 DBE Compliance Plan-Professional Services 10 Revised December 2016

Change orders that do not alter the type of trades originally required to accomplish the project may be undertaken using the subconsultants already under contract to the Respondent. Project managers will have automatic SMBR approval to authorize any change order that increases the contract amount for an existing certified subconsultant and is within the existing scope being performed by that subconsultant.

Commercially Useful Functions The DBE firm must perform at least 30% of work/service with its own workforce and independently perform, manage, and supervise the work/service specified under the contract using its own or leases equipment. The DBE firm lease from primes are permitted but may not be counted unless prime is DBE. The subcontract/lease agreement, function the DBE firm was hired to perform and role on project must be consistent with normal industry practice and may be requested for CUF reviews, onsite assessment and DBE performance observations.

Progressive Sanctions The successful Respondent’s DBE Compliance Plan will be incorporated into the resulting contract with the City and shall be considered part of the consultant’s performance requirements. Progressive sanctions may be imposed for failure to comply with 49 CFR Part 26, Chapter 2-9B of the City Code, including:

Providing false or misleading information in Good Faith Efforts documentation, post award compliance, or other Program operations;

Substituting Subconsultants without first receiving approval for such substitutions, which may include the addition of an unapproved Subconsultant and failure to use a Subconsultant listed in the approved DBE Compliance Plan; and

Failure to comply with the approved DBE Compliance Plan without an approved Request for Change, an approved Change Order, or other approved change to the Contract.

Please refer to 49 CFR Part 26, Section 2-9B-25 of the City Code and SMBR Rule 11.5 for additional information.

49 CFR Part 26 DBE Compliance Plan-Professional Services 11 Revised December 2016

DBE COMPLIANCE PLAN

All sections (I-VII) must be completed and submitted prior to the due date in the solicitation documents.

Section I — Project Identification and Goals

Project Name ABIA Terminal Centralized Baggage Handling System DCM

Solicitation Number RFQS 6100 CLMP231

Project Goals

DBE 13.29%

Section II — Respondent Information

Name of Company

Address

City, State Zip

Phone

Fax E-Mail

Name of Contact Person

Is your company registered on Vendor Connection?

Yes No If yes, provide Vendor Code ______________________

If No, please note: It is requested that all vendors; subconsultants and consultants register with the COA’s Vendor Connect prior to award. See Link for registration information at https://www.ci.austin.tx.us/financeonline/finance/index.cfm

Is your company COA/TUCP DBE certified?

Yes No If yes, please indicate: DBE DBE Joint Venture

I certify that the information included in this Compliance Plan is true and complete to the best of my knowledge and belief. I further understand and agree that this Compliance Plan shall become a part of my contract with the City of Austin.

__________________________________________ Name and Title of Authorized Representative

__________________________________________ _____________________ Signature Date

For City of Austin SMBR Use Only:

I have reviewed this compliance plan and found that the Proposer HAS HAS NOT complied as per the 49 CFR Part 26 through GFE.

Reviewing Counselor ________________________________________ Date ___________________________________

I have reviewed this compliance plan and have found the Proposer COMPLIANT NON-COMPLIANT.

Director/Assistant Director ________________________________________

Date ___________________________________

49 CFR Part 26 DBE Compliance Plan-Professional Services 12 Revised December 2016

Section III — Compliance Plan Summary Directions:

For each subconsultant listed in Sections IV, V, VI or VII, fill in all blanks (if applicable).

For project participation numbers use an EXACT number.

Goal percentages should be based on the Total Percentage only. Allowances are not included.

Alternates are not recorded on this compliance plan.

If Proposer is a certified DBE, include participation details in the Proposer box ONLY.

Compliance plans not complying with these requirements shall be rejected as non-responsive.

Is the stated project goal of the solicitation met? (If no, attach documentation of Good Faith Efforts) Yes No

PROPOSED PARTICIPATION GOALS Use this section to calculate participation.

Include all details including the total percentage for each category where applicable.

DBE Project Goal Respondent Participation Goal

DBE 13.29% %

Non-Certified %

Total Subconsultant Amount %

Respondent’s Own Participation (less any subcontracted amount) Are you counting your own participation toward the goals? (if yes, indicate below)

DBE

%

Total Percentage (Subs + Proposers percentages) 100% For SMBR Use Only:

Verified participation for each category: DBE _______ % Non-Certified _______ % Prime _______ %

49 CFR Part 26 DBE Compliance Plan-Professional Services 13 Revised December 2016

Section IV — Disclosure of DBE Participation (Duplicate as Needed)

Note:

Fill in all the blanks (use “none” or “N/A” where appropriate).

DBE Compliance Plans not complying with these requirements shall be rejected as non-responsive.

Fill in names of DBE certified Firms as registered with City of Austin Vendor Connection or the TUCP.

Contact SMBR to request an availability list of certified Firms for additional scopes of work/services that were not included on the original availability list.

Name of DBE Certified Firm

Vendor Certification Data DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Name of DBE Certified Firm

Vendor Certification Data DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Name of DBE Certified Firm

Vendor Certification Data DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Name of DBE Certified Firm

Vendor Certification Data DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

49 CFR Part 26 DBE Compliance Plan-Professional Services 14 Revised December 2016

Section V — Disclosure of Non-Certified Subconsultants (Duplicate as Needed)

Note:

Fill in all the blanks (use “none” or “N/A” where appropriate).

DBE Compliance Plans not complying with these requirements shall be rejected as non-responsive.

Fill in names of Non-Certified Subconsultants as registered with the City of Austin.

Are Goals Met? Yes No If no, state reason(s) below and attach documentation:

Name of Subconsultant

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Reason DBE not used

Name of Subconsultant

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Reason DBE not used

Name of Subconsultant

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Reason DBE not used

Name of Subconsultant

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes

Commodity Codes Descriptions

Percent of Subcontract %

Reason DBE not used

49 CFR Part 26 DBE Compliance Plan-Professional Services 15 Revised December 2016

Section VI Disclosure of Second-Level Subconsultants (Duplicate as Needed)

Note:

Fill in all the blanks (use “none” or “N/A” where appropriate).

DBE Compliance Plans not complying with these requirements shall be rejected as non-responsive.

Fill in names of Second-Level Subconsultants as registered with the City of Austin.

Name of Second-Level Subconsultant

COA/TUCP Certified? (choose one) No DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes & Descriptions

Percent of Subcontract %

First-Level Subconsultant

Name of Second-Level Subconsultant

COA/TUCP Certified? (choose one) No DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes & Descriptions

Percent of Subcontract %

First-Level Subconsultant

Name of Second-Level Subconsultant

COA/TUCP Certified? (choose one) No DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes & Descriptions

Percentage of Subcontract %

First-Level Subconsultant

Name of Second-Level Subconsultant

COA/TUCP Certified? (choose one) No DBE/COA DBE/TUCP

COA Vendor Code

Address/ City / State / Zip

Contact Person & Phone #

Fax & Email Address

Commodity Codes & Descriptions

Percent of Subcontract %

First-Level Subconsultant

49 CFR Part 26 DBE Compliance Plan-Professional Services 16 Revised December 2016

Section VII — DBE Compliance Plan Check List

Is the stated project goal of the solicitation met?

Yes No (If no, complete and submit Section VII Compliance Plan Check List)

If the goals were not achieved, all questions in Section VII must be completed and Good Faith Efforts documentation must be submitted with the DBE Compliance Plan. The completion and submission of this form is not required if the above question is answered Yes.

Is the following documentation attached to support good faith effort requirements to achieve goals?

Copy of written solicitation sent to DBEs 5 days prior to the submission of this Compliance Plan

Yes No

Two separate methods of notices sent to DBEs? Indicate notice types: fax transmittals emails phone log letters

Yes No

Copy of advertisements placed in local publication Yes No

Documentation that demonstrates additional GFEs: o Copy of notices sent to Minority and Women organizations o Efforts to assist interested DBEs in obtaining bonding, lines of credit, or

insurance as required by the City or consultant o Efforts to assist interested DBEs in obtaining necessary equipment,

supplies, materials, or related assistance or services o Efforts made to reach agreements with the DBEs who responded to

Proposer’s written notice

Yes No

Were additional elements of work/services identified to achieve the goals? Yes No

If yes, please explain: __________________________________________________

Was SMBR contacted for assistance?

Yes No

If yes, complete following:

Contact Person: __________________________________________________

Date of Contact: __________________________________________________

Summary of Request: __________________________________________________

49 CFR Part 26 DBE Compliance Plan-Professional Services 17 Revised December 2016

Sample Letter to Potential Subconsultants ____________________________________ is soliciting Disadvantaged Business Enterprise participation for the following City of Austin project. Solicitation documents are available at our office or at One Texas Center, 505 Barton Springs Road, 10th Floor, Suite 1045 C-Congress Room. Name of Project: Project/Solicitation Number: Location of Pre-bid Conference (if any) Response Due Date and Time:

This Project Includes the Following Scopes of Work/Services:

Contact our office for detailed information on the scopes of services to be subcontracted and the relevant terms and conditions of the contract. Please contact: ________________________ at ___________________ or ______________________ (Name) (Telephone) (Fax) All Responses MUST be received by: _____________________________________________________

49 CFR Part 26 DBE Compliance Plan-Professional Services 18 Revised December 2016

Sample Confirmation Letter (Printed on Subconsultant letterhead) Date Contact Name Business Name Street Address City, State, Zip Re: Solicitation # _____ Dear (Contact Name): This letter is to confirm that (insert Subconsultant name here) is pleased to provide (insert Prime Consultant name here) (insert service here) for the above-referenced project. We understand that we will be completing ______% of the work/services on this project. We look forward to performing work/service with you and the City of Austin should your team be awarded the project. Sincerely, (Insert signature) Contact Name Title Business Name

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE 1MJ Business Development and Management Services Lucia Munoz 1212 4th street granbury TX 76048 NCTRCA 817-909-6411 817-909-6411 [email protected]

TUCP Vendor DBE 24-7 Consulting, LLC 2910 Kerry Forest Pkwy. D4256 Tallahassee FL 32309 TXDOT 850-559-1967 850-559-1967 [email protected]

TUCP Vendor DBE 2CMD, Inc. 1420 N Cooper St, Suite 110 Arlington TX 76011 NCTRCA 817-459-1420 [email protected]

TUCP Vendor DBE 2M Associates, LLC 9824 Zembriski Drive Plano TX 75025 NCTRCA 214-628-0040 866-528-9180 [email protected]

V00000907236 WDB 360 Professional Services, Inc. P.O. Box 3639 Cedar Park Tx 78630 SL 512-354-4682 103 [email protected] Vendor DBE 3-J Communication Design & Services, Inc. P.O. Box 170175 Arlington TX 76003 NCTRCA 817-467-9458 817-962-0581 [email protected]

TUCP Vendor DBE 720 Design Inc. 9003 Oakpath Lane DALLAS TX 75243 NCTRCA 214-770-2320 214-770-2320 [email protected]

TUCP Vendor DBE A & E Enterprise Management, LLC 78 Sawgrass Drive La Place LA 70068 TXDOT 504-355-1512 [email protected]

TUCP Vendor DBE A P Engineering Consultant, Inc 16800 DALLAS PARKWAY, SUITE 290 DALLAS TX 75248 NCTRCA 972-620-1100 972-620-1102 [email protected]

TUCP Vendor DBE A. Miller Consulting Services, Inc 2540 King Arthur Blvd. Suite 219 Lewisville TX 75056 NCTRCA 972-580-0812 972-580-0872 [email protected]

TUCP Vendor DBE A.J. Duffey and Company 432 Hickaway Addison TX 75001 NCTRCA 972-633-0564 972-803-8442 [email protected]

TUCP Vendor DBE A.N.A. Consultants, LLC 5000 Thompson Terrace Colleyville TX 76034 NCTRCA 817-335-9900 817-335-9955 [email protected]

TUCP Vendor DBE Abbie Jones Consulting 1022 Fountaine Rd. Lexington KY 40502 TXDOT 859-559-3443 [email protected]

TUCP Vendor DBE ABES Engineering, Inc 5796 Shelby Oaks Drive, Suite 16A Memphis TN 38134 TXDOT 901-340-3011 208-978-6722 [email protected]

TUCP Vendor DBE AC Group, LLC 5828 Sebastian Place, Ste 108 San Antonio TX 78249 SCTRCA 210-535-3558 210-509-9680 [email protected]

TUCP Vendor DBE Accel Talent And Development Group 4701 Owens Way, Suite 500 Prince George VA 23875 TXDOT 804-892-6570 804-446-3466 [email protected]

TUCP Vendor DBE Accent Compliance LLC 5450 Westmeadow Lane Lumberton TX 77657 TXDOT 409-828-2366 [email protected]

TUCP Vendor DBE ACI Group, LLC 1001 MOPAC CIRCLE DRIVE # 100 AUSTIN TX 78746 Austin 512-347-9000 512-306-0974 [email protected]

TUCP Vendor DBE ACOT ASSOCIATES GRP. LLC. 5796 Shelby Oaks Drive, SUITE 16 A Memphis TN 38134 TXDOT 901-266-1653 901-373-8222 [email protected]

TUCP Vendor DBE Acumen Building Enterprise, Inc. 7770 Pardee Lane, Suite 200 Oakland CA 94621 NCTRCA 510-530-3029 510-530-3125 [email protected]

V00000913860 MWDB Adaptive & Efficient Design Services, LLC 207 Montalcino Austin Tx 78734 AU 512-765-5617 [email protected] Vendor DBE Adobe Inspection Services, Inc. 11830 South Oswego Ave. Tulsa OK 74137 TXDOT 918-698-1252 [email protected]

TUCP Vendor DBE Advanced Environmental Consultant, Inc. P.O. Box 16847 Jackson MS 39236 TXDOT 601-362-1788 601-362-3967 [email protected]

TUCP Vendor DBE ADVANCED TRANSOL CONSULTANTS, LLC 5712 BEDROCK DR MCKINNEY TX 75070 NCTRCA 469-995-1134 [email protected]

TUCP Vendor DBE Aerostar SES LLC 1006 Floyd Culler Ct., Suite 3 Oak Ridge TN 37830 TXDOT 865-481-7837 865-481-0290 [email protected]

TUCP Vendor DBE AES Services, Inc. 111 S. Wacker Dr, Suite 3910 Chicago IL 60606 TXDOT 312-235-6783 312-235-6784 [email protected]

TUCP Vendor DBE AG&E Associates, PLLC 15280 Addison Road, Suite 310 Addison TX 75001 NCTRCA 214-520-7202 214-520-7204 [email protected]

AGU8313738 MDB AGUIRRE & FIELDS LP AGUIRRE & FIELDS 12708 Riata Vista Circle Ste A-109 Austin Tx 78727 AU 5126091507 5126108903 [email protected] Vendor DBE Aguirre & Fields, L.P. 12999 Jess Pirtle Blvd. Sugar Land TX 77478 Houston 281-207-2071 281-340-8909 [email protected]

TUCP Vendor DBE Aguirre Roden, Inc. 10670 N. Central Expressway, Suite 600 Dallas TX 75231 NCTRCA 972-788-1508 972-788-1583 [email protected]

TUCP Vendor DBE Airport Contractors Services, LLC 8264 Shay Lynn Ct Orlando FL 32810 TXDOT 407-722-1735 678-840-2137 [email protected]

TUCP Vendor DBE Alesig Consulting, LLC 7389 LEE HIGHWAY, SUITE 202 FALLS CHURCH VA 22042 CCRTA 703-564-1902 703-204-9076 [email protected]

TUCP Vendor DBE Alimam Gonzalez Associates, Inc. 1658 Autumn Breeze Lane Lewisville TX 75077 NCTRCA 972-317-7942 214-417-1851 [email protected]

TUCP Vendor DBE ALJ Design Group 2451 Cumberland Pkwy SE, Unit 3829 Atlanta GA 30339 NCTRCA 225-281-2005 [email protected]

ALL8308356 MWDB ALL POINTS INSPECTION SVCS INC

SERVICES INC 6613 Bramber Ln Austin Tx 78754 AU 512-272-5056 512-272-8278 [email protected] Vendor DBE Alliance Geotechnical Group, Inc. 3228 HALIFAX ST DALLAS TX 75247 NCTRCA 972-444-8889 972-444-8893 [email protected]

ALL7111300 WDB ALLIANCE-TEXAS ENGINEERING COMPANY

GROUP INC 11500 Metric Blvd Bldg M1, Ste 150 Austin Tx 78758 AU 512-821-2081 512-821-2085 [email protected] Vendor DBE ALTURA SOULTIONS, LP 4111 Medical Parkway, Suite 301 AUSTIN TX 78756 Austin 512-569-1424 512-454-6510 [email protected]

TUCP Vendor DBE Ambiee Engineers, Inc. 15218 Lantern Creek Lane Houston TX 77068 Houston 281-772-8274 713-777-4192 [email protected]

TUCP Vendor DBE Amistad Consulting Service, Inc. 501 E. Garfield Street Del Rio TX 78840 TXDOT 830-775-4579 830-774-6705 [email protected]

V00000909861 MWDB ANA D GALLO ANA D. GALLO, ARCHITECT 1501 Barton Springs Rd #230 Austin Tx 78704 AU 512-236-0868 5122360868 [email protected] Vendor DBE Angarai International, Inc. 7331 HANOVER PKWY GREENBELT MD 20770 Austin 410-472-5000 240-542-4903 [email protected]

TUCP Vendor DBE Anglin Environmental, Inc. A-E-I 1103 Arwine Court #301 Euless TX 76040 NCTRCA 817-268-1381 817-268-1921 [email protected]

TUCP Vendor DBE Apex Consulting Group, Inc. 9894 Bissonnet Street, suite 680 Houston TX 77036 Houston 713-779-5700 713-779-5777 [email protected]

APE8320387 MDB APEX COST CONSULTANTS INC EUDACORP 706 West Vickory Blvd, Suite 102A Fort Worth Tx 76104 TX 4697185562 214-242-2585 [email protected] Vendor DBE Apex Drafting Company LLC Apex Roofing Technology 9603 White Rock Trail #326 Dallas TX 75238 NCTRCA 214-221-6766 [email protected]

TUCP Vendor DBE Apex Engineered Solutions, LLC 4287 Beltline Road, Suite 186 Addison TX 75001 NCTRCA 972-763-1777 972-763-1775 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Apogee Technical Services, Inc. 1825 Market Center Boulevard, Suite 600 Dallas TX 75207 NCTRCA 214-760-1966 214-760-1943 [email protected]

V00000921397 MDB APTUS ENGINEERING LLC Building B Austin Tx 78704 AU 5128504770 [email protected] Vendor DBE Aranda and Associates, Inc. 1552 Dove Avenue McAllen TX 78504 TXDOT 956-631-0944 956-631-0992 [email protected]

TUCP Vendor DBE Archi*Technics/3, Inc. P.O. Box 451606 Houston TX 77245 Houston 713-868-0088 713-468-2613 [email protected]

TUCP Vendor DBE Architectona, Inc. 401 Secret Bend #H Glen Burnie MD 21061 TXDOT 201-515-1255 [email protected]

TUCP Vendor DBE Argyle Environmental Construction Company, LLC 9535 Spring Road Argyle TX 76226 NCTRCA 940-391-4717 [email protected]

TUCP Vendor DBE Arias & Associates, Inc. 142 Chula Vista San Antonio TX 78232 SCTRCA 210-308-5884 210-308-5886 [email protected]

V00000928344 MDB ARK Engineer and Consultants, Inc. 2214 Whirlaway Drive Stafford Tx 77477 TX 8322367165 8322189181 [email protected] Vendor DBE Ark Engineering Associates Ltd 6256 North Hoyne Avenue # D Chicago IL 60659 TXDOT 847-284-8534 224-836-0593 [email protected]

TUCP Vendor DBE Armand Consulting, Inc. 1825 W Walnut Hill Lane, Suite 120 Irving TX 75038 NCTRCA 972-331-2730 972-331-2610 [email protected]

TUCP Vendor DBE Armand Resource Group, Inc 300 Frank W. Burr Boulevard, Second Floor

Teaneck NJ 7666 TXDOT 201-357-8725 201-357-8727 [email protected]

TUCP Vendor DBE Arora Engineers, Inc. N/A 61 Wlmington-West Chester Pike, Suite 100 Chadds Ford PA 19317 TXDOT 610-459-7900 610-459-7950 [email protected]

TUCP Vendor DBE Array Technologies, Inc 2411 Garden Park Court, Suite E Arlington TX 76013 NCTRCA 817-265-5252 866-569-4576 [email protected]

TUCP Vendor DBE Arredondo, Zepeda & Brunz, LLC 11355 Mccree Road Dallas TX 75238 NCTRCA 214-341-9900 214-341-9925 [email protected]

TUCP Vendor DBE ARS Engineers, Inc. 12801 N CENTRAL EXPRESSWAY ST 1250 DALLAS TX 75243 NCTRCA 214-739-3152 214-739-3169 [email protected]

TUCP Vendor DBE ARYO Enterprises, LLC 9215 Gloxinia Drive San Antonio TX 78266 SCTRCA 210-451-8404 210-451-8404 [email protected]

TUCP Vendor DBE ASA Dally, Inc. 9800 Richmond Ave., Suite 460 Houston TX 77042 Houston 713-337-8881 713-337-8882 [email protected]

TUCP Vendor DBE ASC Star I, Ltd 7929 Brookriver Dr, Suite 200 Dallas TX 75247 NCTRCA 214-353-3959 214-353-3969 [email protected]

TUCP Vendor DBE ASD Consultants, Inc. 8120 N. IH 35 STE. 200 AUSTIN TX 78753 Austin 512-836-3329 512-836-3802 [email protected]

TUCP Vendor DBE Aslan Consulting, LLC. 24681 La Plaza, Suite 240 DANA POINT CA 92629 TXDOT 949-388-4577 949-284-4008 [email protected]

TUCP Vendor DBE Associated Testing Laboratories, Inc. 3143 Yellowstone Boulevard Houston TX 77054 Houston 713-748-3717 713-748-3748 [email protected]

TUCP Vendor DBE ASTERISK GROUP, INC. 1601 WEST 38TH ST., SUITE 201 AUSTIN TX 78731 Austin 512-371-1618 512-371-1619 [email protected]

TUCP Vendor DBE Atlas Civil Engineering PLLC 11111 Katy Fwy., Suite 520 Houston TX 77079 Houston 832-387-6619 832-387-6619 [email protected]

ARC7068555 WDB AUSTIN ARCHITECTURE PLUS INC ARCHITECTURE + PLUS 1907 N Lamar Blvd Ste 260 Austin Tx 78705-4900 AU 512-478-0970 512-478-0920 [email protected] Vendor DBE AUSTIN TEXAS MEDIATORS LLC 4500 WILLIAMS DR, SUITE 212-111 GEORGETOWN TX 78633 Austin 512-966-9222 [email protected]

TUCP Vendor DBE Austin-Reed Engineers, LLC 6830 N. Eldridge Pkwy., Suite 209 Houston TX 77041 Houston 832-467-0088 866-469-5297 [email protected]

TUCP Vendor DBE Avcon, Inc. 5555 East Michigan Street Suite 200 Orlando FL 32822 TXDOT 407-599-1122 407-599-1133 [email protected]

AVI0530500 WDB AVIATION ALLIANCE INC Po Box 799 Colleyville Tx 76034-0799 TX 817-498-0388 817-281-1867 [email protected] WDB AXIOM ENGINEERS INC 13276 Research Blvd Ste 208 Austin Tx 78750 AU 512-506-9335 512-506-9377 [email protected] Vendor DBE Axxis Building Systems, Inc Axxis 1200 Summit Avenue, Suite 650 Fort Worth TX 76102 NCTRCA 817-632-6100 817-632-6101 [email protected]

VS0000020957 MDB Azcarate & Associates Consulting Engineers, LLC AACE, LLC 7920 Belt Line Road, Suite 350 Dallas Tx 75254 TX 2142179993 [email protected] Vendor DBE Azcarate & Associates Consulting Engineers, LLC AACE 7920 Belt Line Road, Suite 350 Dallas TX 75254 NCTRCA 713-588-4530 [email protected]

TUCP Vendor DBE B2Z Engineering, LLC P.O. Box 2724 McAllen TX 78502 TXDOT 956-585-3773 956-111-1111 [email protected]

TUCP Vendor DBE BACKSTROM MCCARLEY BERRY & CO., LLC 115 Sansome Street, Mez A San Francisco CA 94104 NCTRCA 415-392-5505 415-392-5276 [email protected]

BAE7086810 WDB BAER ENGINEERING & ENVIRONMENTAL CONSULTING INC 7756 Northcross Dr Ste 211 Austin Tx 78757-1725 AU 512-453-3733 512-453-3316 [email protected] Vendor DBE Baker Consulting Associates 2822 Martin Luther King Jr Blvd. Dallas TX 75215 NCTRCA 214-565-8444 [email protected]

TUCP Vendor DBE Baker Klein Engineering Pl 219 North Newnan Street, Second Floor Jacksonville FL 32202 TXDOT 904-356-8520 904-356-8524 [email protected]

TUCP Vendor DBE Barwin Consultants 412 North Street Nacogdoches TX 75961 TXDOT 936-569-0668 936-569-9465 [email protected]

TUCP Vendor DBE Batir Architecture, Ltd. 1121 East Main Street, Ste 220 St. Charles IL 60174 TXDOT 630-513-5109 630-513-5919 [email protected]

TUCP Vendor DBE BBA Project Inc 8 Westchester Plaza Elmsford NY 10523 NCTRCA 914-345-3888 914-345-8667 [email protected]

TUCP Vendor DBE BBW Promotions, Awards and Trophies 1016 Scotts Bluff Drive Allen TX 75002 NCTRCA 214-245-4397 [email protected]

TUCP Vendor DBE BDS Technologies, Inc. 11325 Pegasus Street, Suite S-215 Dallas TX 75238 NCTRCA 214-747-2500 214-747-2500 [email protected]

TUCP Vendor DBE Beacon Aviation, Inc 194 CR 2950 Alba TX 75410 TXDOT 903-768-2001 [email protected]

TUCP Vendor DBE BELL ENVIRONMENT EAST TEXAS BELL ENVIRONMENT 1323 COUNTY ROAD 3260 QUITMAN TX 75783 TXDOT 903-967-2478 [email protected]

TUCP Vendor DBE BELTON ENGINEERING, INC. 106 N. EAST STREET BELTON TX 76513 TXDOT 254-731-5600 [email protected]

TUCP Vendor DBE Bengal Engineering & Technology Associates, Inc. 3917 Cornwall Street Plano TX 75093 NCTRCA 972-774-1200 [email protected]

VC0000102050 WDB BENZ RESOURCE GROUP INC 1101-B E 6th St Austin Tx 78702 AU 512-220-9542 512-220-9543 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Beth Ramirez Transporation Engineering , LLC 9525 Alta Mira Dallas TX 75218 NCTRCA 214-866-1180 [email protected]

TUCP Vendor DBE BIG D ENGINEERING, PLLC 2404 LEGEND DR. HEATH TX 75032 NCTRCA 972-772-5837 972-772-5837 [email protected]

TUCP Vendor DBE Big G Tech Support, LLC P.O. Box 1926 Maple Grove MN 55311 TXDOT 763-390-1317 888-867-7126 [email protected]

TUCP Vendor DBE Birdi & Associates, Inc. 723 East Green Street Pasadena CA 91101 TXDOT 213-550-4250 626-628-1761 [email protected]

TUCP Vendor DBE Blackstone Engineering, PLLC P.O. Box 2099 Mansfield TX 76063 NCTRCA 817-899-0656 [email protected]

TUCP Vendor DBE Blanca Margarita Laborde Blanca Laborde & Associates 1122 Colorado, Ste. 106 AUSTIN TX 78701 Austin 512-653-1018 512-532-6293 [email protected]

TUCP Vendor DBE BOBBIE GARZA-HERNANDEZ Pink Consulting PO Box 3911 Austin TX 78764 Austin 512-878-2246 512-878-2244 [email protected]

VS0000007347 WDB Bocci Engineering, LLC 12709 Pine Dr. Cypress Tx 77429 TX 713-575-2400 107 8323042295 omTUCP Vendor DBE Bradlink LLC P.O. Box 6115 Kingwood TX 77325 Houston 281-361-5809 866-760-0407 [email protected]

TUCP Vendor DBE Brave / Architecture Inc. 4617 Montrose Boulevard, Suite C230 Houston TX 77006 Houston 713-524-5858 [email protected]

TUCP Vendor DBE Breitling Consulting, LLC P.O. BOX 969 BURLESON TX 76097 NCTRCA 817-447-0098 855-447-0345 [email protected]

TUCP Vendor DBE Briggs Field Services, Inc. 3920 Cypress Creek Parkway #350 Houston TX 77068 Houston 281-583-9400 281-583-9488 [email protected]

TUCP Vendor DBE Brindley Pieters And Associates, Inc. 2600 Maitland Center Parkway, Suite 180 Maitland FL 32751 TXDOT 407-830-8700 407-830-8877 [email protected]

TUCP Vendor DBE Brockington and Associates, Inc. 3850 Holcomb Bridge Road, Suite 105 Peachtree GA 30092 TXDOT 678-638-4149 770-662-5824 [email protected]

TUCP Vendor DBE Bronner Group, LLC 120 North LaSalle St Ste 1300 Chicago IL 60602 TXDOT 312-759-5101 312-759-5110 [email protected]

V00000917827 MWDB BUSINESS & FINANCIAL MANAGEMENT SOLUTIONS LLC Po Box 151708 Austin Tx 78715-1708 AU 512-366-8183 [email protected] Vendor DBE Business Services And Supplies 2307 Mallory Lane Lancaster TX 75134 NCTRCA 225-235-6955 [email protected]

TUCP Vendor DBE C & M Associates, Inc. C&M Associates, Inc 15770 Dallas Parkway, Ste. 870 Dallas TX 75248 NCTRCA 214-764-2896 214-889-5049 [email protected]

TUCP Vendor DBE C J Hensch & Associates, Inc. 5215 Sycamore Avenue Pasadena TX 77503 Houston 281-487-5417 [email protected]

TUCP Vendor DBE C.E. STROCK CONSULTING 30 LYNNWOOD DR. VIENNA WV 26105 TXDOT 304-588-8561 [email protected]

TUCP Vendor DBE C.V. Associates NY; PE, LS, PC 148 Route 17M Suite 2 Harriman NY 10926 TXDOT 845-774-1075 845-774-8139 [email protected]

TUCP Vendor DBE C3S, Inc. 7100 REGENCY SQUARE BLVD., STE. 245 HOUSTON TX 77036 Houston 713-432-9200 713-432-7976 [email protected]

TUCP Vendor DBE CA (Carl Ahmed) Associates 7308 MCKAMY BLVD DALLAS TX 75248 NCTRCA 214-995-7654 [email protected]

TUCP Vendor DBE Cabre & Associates, LLC 2201 LONG PRAIRIE RD, STE 107-322 FLOWER TX 75022 NCTRCA 214-513-8764 214-764-1404 [email protected]

TUCP Vendor DBE CAD Concepts, Inc.dba CCI Engineering Services CCI Engineering Services 2323 West 5th Avenue, Suite 120 Columbus OH 43204 TXDOT 614-485-0670 614-485-0677 [email protected]

TUCP Vendor DBE CamargoCopeland Architects, LLP 921 N Riverfront Blvd Ste 500 Dallas TX 75207 NCTRCA 972-934-7600 972-934-7601 [email protected]

TUCP Vendor DBE Campos Engineering, Inc 1331 RIVER BEND DR DALLAS TX 75247 NCTRCA 214-696-6291 214-361-6298 [email protected]

TUCP Vendor DBE Capitol Government Contract Specialists P. O. BOX 18617 IRVINE CA 92623 TXDOT 877-717-1102 949-851-5356 [email protected]

CAR8304844 MWDB CARTER DESIGN ASSOC INC 817 W 11th St Austin Tx 78701-2009 AU 512-476-1812 512-476-1819 [email protected] Vendor DBE Carter Design Associates, Inc 817 WEST 11TH STREET AUSTIN TX 78701 Austin 512-476-1812 512-476-1819 [email protected]

CAS7170685 MDB CAS CONSULTING & SVCS INC CAS CONSULTING & SERVICES 7908 Cameron Rd Austin Tx 78754 AU 512-836-2388 512-836-4515 [email protected] WDB Castleberry Engineering & Consulting, P.L.L.C. CE&C, P.L.L.C. P.O. Box 40546 Austin Tx 78704 AU 512-751-9272 [email protected] Vendor DBE CEA ENGINEERING GROUP, INC. CEA Group 4712 WOODROW BEAN, STE F ELPASO TX 79924 TXDOT 915-544-5232 915-544-5233 [email protected]

TUCP Vendor DBE Central Tejas Research & Title Services 209 WEST 9TH STREET, Ste. 101-B AUSTIN TX 78701 Austin 512-469-6026 512-469-6053 [email protected]

TUCP Vendor DBE CESCO, Inc. P. O. Box 550727 Dallas TX 75355 NCTRCA 214-824-8741 214-824-0490 [email protected]

TUCP Vendor DBE Chambers Engineering, LLC N/A 201 Main Street, Suite 1230 Fort Worth TX 76102 TXDOT 806-687-9999 806-687-9997 [email protected]

TUCP Vendor DBE Chanin Engineering, LLC 400 Nolana, Suite D McAllen TX 78504 TXDOT 956-687-9421 956-687-3211 [email protected]

TUCP Vendor DBE Charles Gojer & Associates, Inc. 11615 Forest Central Drive, Suite 303 Dallas TX 75243 NCTRCA 214-340-1199 214-348-8053 [email protected]

TUCP Vendor DBE Chica & Associates, Inc. 595 Orleans, Suite 508 Beaumont TX 77701 TXDOT 409-833-4343 409-833-8326 [email protected]

TUCP Vendor DBE Chien Associates, Inc. 10700 Richmond Avenue, Suite 145 Houston TX 77042 Houston 713-785-0334 [email protected]

TUCP Vendor DBE CHIVAS ENGINEERING & CONSULTING, INC. 9901 BRODIE LN., STE. 160-246 AUSTIN TX 78748 Austin 512-217-0853 512-402-0507 [email protected]

TUCP Vendor DBE Chrysalis Consulting, LLC 11711 N Meridian Street, Suite 525 Carmel IN 46032 CCRTA 317-844-1400 317-844-1407 [email protected]

TUCP Vendor DBE CivCon Services, Inc. 230 W. Monroe St. - STE 2630 Chicago IL 60606 TXDOT 312-379-2220 312-264-0828 [email protected]

TUCP Vendor DBE Civil Associates, Inc. 9330 LBJ Freeway, Suite 1150 Dallas TX 75243 NCTRCA 214-703-5151 214-703-5150 [email protected]

TUCP Vendor DBE Civil Consulting Group, PLLC 1515 Heritage Drive, Suite 212 MCKINNEY TX 75069 NCTRCA 972-569-9193 972-569-9197 [email protected]

TUCP Vendor DBE CIVILCORP LLC 4611 E Airline Road, Ste 300 VICTORIA TX 77904 TXDOT 361-570-7500 361-570-7501 [email protected]

V00000939969 MDB Civilitude, LLC 1210 Rosewood Ave. Austin Tx 78702 AU 5127616161 5127616167 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE CivilTech Engineering, Inc. 11821 Telge Road Cypress TX 77429 Houston 281-304-0200 281-304-0210 [email protected]

TUCP Vendor DBE Clarice Thomas, Inc. 11816 Inwood Rd Ste #152 Dallas TX 75244 NCTRCA 972-934-6586 972-934-6518 [email protected]

TUCP Vendor DBE Claris Strategy, Inc. Claris Strategy, Inc. 1111 Drake Road Arcadia CA 91007 TXDOT 626-898-4462 626-445-7385 [email protected]

TUCP Vendor DBE Clottey Engineering, Inc. 210 N KINGS CANYON DRIVE CEDAR PARK TX 78613 Austin 512-996-9020 512-996-9520 [email protected]

TUCP Vendor DBE CMT Engineering, Inc. PaveTex 6809 86 Street Lubbock TX 79404 TXDOT 806-771-7283 806-771-7062 [email protected]

TUCP Vendor DBE CMTS, LLC CMTS Construction

8500 N. Stemmons Fwy Ste 6077 Dallas TX 75247 NCTRCA 214-637-6200 214-637-6226 [email protected]

CNG8321131 MDB CNG Engineering PLLC 1917 N New Braunfels Ave Ste 201 San Antonio Tx 78208-1419 TX 210-224-8841 210-224-8824 MTUCP Vendor DBE Coastal Testing Laboratories, Inc. Post Office Box 87653 Houston TX 77287 Houston 713-477-0121 713-477-2277 [email protected]

TUCP Vendor DBE COMMUNITY DEVELOPMENT MANAGEMENT CO, INC. 317 SOUTH MAIN STREET LOCKHART TX 78644 Austin 512-398-7129 512-376-4857 [email protected]

TUCP Vendor DBE Company Doctor (The) 3928 Blue Pond Circle Fort Worth TX 76123 NCTRCA 817-370-0304 817-346-9244 [email protected]

TUCP Vendor DBE Concept Engineers, Inc. 2550 North Loop West, Suite 200 Houston TX 77092 Houston 713-552-9200 713-552-9229 [email protected]

TUCP Vendor DBE Concept Thru Commissioning, LLC CthruC 12521 Amhearst Dr., Suite 200 Austin TX 78727 Austin 512-550-2685 [email protected]

TUCP Vendor DBE CONNICO, INC. 2594 N Mount Juliet Rd Mount Juliet TN 37122 TXDOT 615-758-7474 615-758-7477 [email protected]

TUCP Vendor DBE Contour Collective, LLC 4111 Medical Parkway #301 Austin TX 78756 Austin 512-415-6000 512-415-6000 [email protected]

TUCP Vendor DBE CONTRACT SERVICE INNOVATIONS, LLC CSI COMPLIANCE, LLC. 1000 HERITAGE CENTER CIR ROUND ROCK TX 78664 Austin 512-501-5455 512-501-5455 [email protected]

V00000908664 WDB Cook-Joyce, Inc. 812 W. 11th Street Austin Tx 78701 AU 512-474-9097 2494 [email protected] Vendor DBE COOPER ZIETZ ENGINEERS, INC. Akana 6400 SE LAKE RD STE 270 PORTLAND OR 97222 TXDOT 503-652-9090 360-666-4827 [email protected]

TUCP Vendor DBE Cordero & Associates Law Firm, PLLC 2100 N Highway 360, Suite 1505A Grand Prairie TX 75050 NCTRCA 214-778-5087 214-778-5089 [email protected]

V00000905281 MDB Corsair Consulting LLC Plaza One, Suite 500 Austin Tx 78759 AU 512-342-8877 [email protected] MDB COTERA + REED ARCHITECTS INC COTERA+REED ARCHITECTS 812 San Antonio St., Ste. 406 Austin Tx 78701 AU 512-472-3300 512-472-3611 [email protected] Vendor DBE Cre8 Incorporated Cre8 Architects 3815 Montrose Blvd., Suite 123 Houston TX 77006 Houston 713-526-2738 713-526-3198 [email protected]

TUCP Vendor DBE Crespo Consulting Services, Inc. 4131 SPICEWOOD SPRINGS RD., STE. B-2 AUSTIN TX 78759 Austin 512-343-6404 512-343-8120 [email protected]

TUCP Vendor DBE Criado & Associates, Inc 4100 Spring Valley Road, Ste. 1001 Dallas TX 75244 NCTRCA 972-392-9092 972-392-9192 [email protected]

TUCP Vendor DBE Crossroads Consulting Services, LLC. 5401 W. Kennedy Blvd, Suite 755 Tampa FL 33609 TXDOT 813-281-1222 813-315-6040 [email protected]

TUCP Vendor DBE Cross-Spectrum Acoustics Inc Cross-Spectrum Acoustics Inc 25A Granby St East MA 1028 TXDOT 413-315-5770 413-315-5770 [email protected]

TUCP Vendor DBE CSF Consulting, L.P. 11301 Fallbrook Drive, Suite 320 Houston TX 77065 Houston 832-678-2110 832-678-2115 [email protected]

TUCP Vendor DBE CULTURAL STRATEGIES INC. 3300 BEE CAVE RD., #650-1136 AUSTIN TX 78746 Austin 512-501-4971 512-501-4971 [email protected]

TUCP Vendor DBE D&S Texas Icon Construction, LLC 1901 Onion Creek Pkwy, Ste. 14202 Austin TX 78748 Austin 512-584-6215 956-223-4146 [email protected]

V00000904121 MWDB D. F. Noble Consulting, LLC 1185 Taylor Ranch Road Wimberley Tx 78676 SL 512-809-8226 [email protected] Vendor DBE D.T. Jackson Enterprises, Inc. P.O. Box 1207 Converse TX 78109 SCTRCA 210-595-3331 210-595-3331 [email protected]

DAV1449500 MDB DAVCAR INC

SERVICES 1010 Land Creek Cove Ste 200 Austin Tx 78746 AU 512-328-4428 512-306-8330 [email protected] Vendor DBE Dave Rambaran Geosciences, LLC P.O. Box 8812 Shreveport LA 71148 TXDOT 318-671-1760 318-502-3507 [email protected]

TUCP Vendor DBE David Mason & Associates, Inc. 800 S. Vandeventer Avenue St. Louis MO 63110 TXDOT 314-534-1030 314-534-1053 [email protected]

TUCP Vendor DBE DC Engineering Group, PSC First Federal Saving Building, Suite 820, 1519

San Juan PR 909 TXDOT 787-925-2599 787-723-0584 [email protected]

TUCP Vendor DBE Design Associates International, Inc. 11615 Forest Central Drive, Suite 101 Dallas TX 75243 NCTRCA 214-720-6083 214-979-9006 [email protected]

TUCP Vendor DBE Design Consulting Engineers, Inc. 3841 W. Devon Ave Chicago IL 60659 NCTRCA 773-681-0541 773-681-0599 [email protected]

TUCP Vendor DBE DGR Consultants, LLC 1445 Waterside Drive Dallas TX 75218 NCTRCA 214-328-9677 214-328-9677 [email protected]

TUCP Vendor DBE DIANE M. MILLER CIVIC COLLABORATION 7605 Clydesdale Dr AUSTIN TX 78745 Austin 512-971-3033 [email protected]

TUCP Vendor DBE Digital Display Solutions, Inc. 12081 Starcrest San Antonio TX 78247 SCTRCA 210-404-1233 210-979-6585 [email protected]

TUCP Vendor DBE DISPUTE MANAGEMENT GROUP, LLC PO BOX 163081 AUSTIN TX 78716 Austin 512-426-6958 512-426-6958 [email protected]

TUCP Vendor DBE Dixon Resources Unlimited 3639 MIDWAY DRIVE #B345 SAN DIEGO CA 92110 TXDOT 213-716-6933 619-221-8806 [email protected]

TUCP Vendor DBE DLB CONSULTANTS 2401 Sutton Drive, SUITE 220 Arlington TX 76018 NCTRCA 214-484-2046 [email protected]

TUCP Vendor DBE DOS LOGISTICS, INC. 1002 E. EXPRESSWAY 83 WESLACO TX 78596 TXDOT 956-968-8800 956-447-8194 [email protected]

TUCP Vendor DBE Douglas Architects, Inc. 1320 East Houston, Ste. 102 San Antonio TX 78205 SCTRCA 210-226-5500 210-226-5501 [email protected]

TUCP Vendor DBE Dovetail Consulting, Inc. 362 Valley Hill Road, SW Riverdale GA 30274 NCTRCA 770-603-3113 770-603-6557 [email protected]

TUCP Vendor DBE Driven Engineering Inc. 8005 Morris Hill Road Semmes AL 36575 TXDOT 251-649-4011 251-645-0971 [email protected]

TUCP Vendor DBE Dunbar Transportation Consulting LLC Julie KP Dunbar DBA Dunbar

24 Laurel Wood Dr. Bloomington IL 61704 NCTRCA 309-661-1767 309-661-1767 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailDUR8311134 MDB DURAND-HOLLIS RUPE ARCHITECTS INC DHR Architects, Inc. 14602 Huebner Road, Bldg 18 San Antonio Tx 78230 TX 210-308-0080 210-697-3309 [email protected] Vendor DBE DW Environmental Consulting 9101 Cypress Keep Ln Odessa FL 33556 TXDOT 813-760-4478 111-111-1111 [email protected]

TUCP Vendor DBE Dynamic Innovations, LLC 206 Cleveland St Anamosa IA 52205 TXDOT 563-564-7548 563-564-7548 [email protected]

TUCP Vendor DBE Dynotec, Inc. 2931 E. Dublin-Granville Road, Suite 200 Columbus OH 43231 Houston 614-880-7320 614-880-7324 [email protected]

ETM1783000 MDB E &T MASONRY CONSTRUCTION & REMODELING CO. LLC 9905 Fm 973 North Manor Tx 78653 AU 512-272-4551 512-272-4546 [email protected] Vendor DBE E3 Engineering Services 106 Norma Gene Royse City TX 75189 NCTRCA 214-773-6767 [email protected]

TUCP Vendor DBE ECM International, Inc. 404 Executive Center Blvd. El Paso TX 79902 TXDOT 915-351-1900 915-351-1908 [email protected]

TUCP Vendor DBE Economic Decision Group, Inc. 5600 Bluegrass Dr. Atlanta GA 30349 TXDOT 770-292-0634 [email protected]

TUCP Vendor DBE EDC ASSOCIATES 180 E. Johnson Ave. Aransas Pass TX 78336 CCRTA 361-455-1002 361-455-1002 [email protected]

TUCP Vendor DBE EDEN & ASSOCIATES PC 1109 Brookdale Street, Suite B Martinsville VA 24112 TXDOT 276-632-6231 276-632-3648 [email protected]

AUS7040915 WDB Eileen Merritt, Inc.

AND SURVEYORS 4910 West Hwy 290 Austin Tx 78735 AU 512-328-6995 512-328-6996 [email protected] Vendor DBE EJ Smith Management Company, LLC 828 Stella Dr, Suite 102 Dallas TX 75216 NCTRCA 469-206-7733 214-942-6741 [email protected]

TUCP Vendor DBE EJAR STAR & Associates, Inc. P O Box 496683 Garland TX 75049 NCTRCA 214-282-8108 972-202-6577 [email protected]

ELE7094080 MDB ELECTROSYSTEMS ENGINEERS INC ESEI 5400 Suncrest Dr., Ste. B3 El Paso Tx 79912-5609 TX 915-587-7902 103 915-587-7768 [email protected] Vendor DBE Elements of Architecture, Inc 1201 6TH AVE STE 100 FORT WORTH TX 76104 NCTRCA 817-333-2880 817-333-2883 [email protected]

TUCP Vendor DBE Ellana, Inc. 32 Broadway, Suite 801 New York NY 10004 TXDOT 212-971-0936 212-361-6169 [email protected]

TUCP Vendor DBE EME Consulting Group, LLC 2015 West Airline Hwy. LAPLACE LA 70068 TXDOT 504-451-4712 985-359-9989 [email protected]

TUCP Vendor DBE ENAPAY, LLC 207 W MAIN ST MESQUITE TX 75149 NCTRCA 972-285-1007 972-285-4922 [email protected]

TUCP Vendor DBE Encada, LLC 947 N. Chatham Rd. West Grove PA 19390 TXDOT 215-880-6545 610-869-3816 [email protected]

TUCP Vendor DBE Encon International, Inc. 7307 REMCON CIR STE 103 EL PASO TX 79912 TXDOT 915-833-3740 915-581-2049 [email protected]

TUCP Vendor DBE Engineered Resources, LLC 9911 Bavaria Road Fort Myers FL 33913 NCTRCA 239-939-5840 239-939-5840 [email protected]

TUCP Vendor DBE Engineering Solutions & Technology, Inc. 2828 Forest Lane, Suite 2200 Dallas TX 75234 NCTRCA 972-243-2227 972-798-9002 [email protected]

TUCP Vendor DBE English + Associates Architects, Inc. 1919 Decatur Street Houston TX 77007 Houston 713-850-0400 713-850-0411 [email protected]

TUCP Vendor DBE Entek Engineering LLC 3604 Golden Triangle Blvd, Suite 416 Keller TX 76244 NCTRCA 817-915-5202 [email protected]

TUCP Vendor DBE EPB Associates, Inc. 4101 McEwen Rd DALLAS TX 75244 NCTRCA 972-239-5495 972-239-5496 [email protected]

TUCP Vendor DBE EPC Consultants, Inc. 655 Davis Street San Francisco CA 94111 NCTRCA 415-675-7580 415-675-7586 [email protected]

TUCP Vendor DBE ER & I International, Inc. 3620 McFarlin Boulevard Dallas TX 75205 NCTRCA 214-425-0400

TUCP Vendor DBE ESOR Consulting Engineers, Inc. 6027 DOVER HOUSE WAY SPRING TX 77389 Houston 832-384-9537 832-384-9552 [email protected]

TUCP Vendor DBE ESPERO, LLC 3702 HOLLYWOOD AVE AUSTIN TX 78722 Austin 512-784-5935 [email protected]

TUCP Vendor DBE E-Squared Consulting Corporation 43969 Tavern Dr. # 200 Ashburn VA 20147 TXDOT 703-858-5588 703-724-0983 [email protected]

FAC8301027 WDB FACILITIES RESOURCE INC 11100 Metric Blvd, Suite 450 Austin Tx 78758-4000 AU 512-371-1232 512-371-9155 [email protected] Vendor DBE Fields Professional Services & Consulting, Inc. 301 Main Street, Suite 2200 PMB 2842-05 Baton Rouge LA 70825 TXDOT 318-416-6064 [email protected]

V00000904921 WDB Fivengineering LLC 5 Engineering LLC 3535 Briarpark, Suite 210 Houston Tx 77042 TX 713-775-7701 [email protected] Vendor DBE Flores & Company Consulting Engineers, Inc. 12915 Jones Maltsberger Rd., #401 San Antonio TX 78247 SCTRCA 210-490-9963 210-490-0820 [email protected]

FOR8311435 MDB FORTRESS INC 1118 Hidden Glen Dr Round Rock Tx 78681 SL 512-284-8400 512-341-7217 [email protected] MDB FOSTER CM GROUP INC 8610 N. New Braunfels, Ste 606 San Antonio Tx 78217 TX 210-804-1004 210-804-1004 [email protected] MDB Frank Lam & Associates, Inc. 508 W 16th St Austin Tx 78701-1502 AU 512-476-2717 512-476-2714 [email protected] Vendor DBE Frank X. Spencer and Associates, Inc. 1130 Montana Ave. El Paso TX 79902 TXDOT 832-756-2791 832-756-2793 [email protected]

TUCP Vendor DBE Freight Insights, LLC 12905 Highway 265 South Prairie Grove AR 72753 TXDOT 479-787-3604 [email protected]

V00000924512 WDB fuseARCH Studio, PLLC fuse architecture studio 702 San Antonio Austin Tx 78701 AU 5126993083 [email protected] MDB G Sylva, LLC G Sylva 9712 Indina Hills Dr. Austin Tx 78717 AU 512-934-3860 [email protected] Vendor DBE Gainco, Inc. P.O. Box 309 Portland TX 78734 CCRTA 361-643-4378 866-306-0436 [email protected]

TUCP Vendor DBE Galindo Engineers and Planners, Inc. 3833 S. Texas Avenue, Suite 213 Bryan TX 77802 TXDOT 979-846-8868 979-846-8868 [email protected]

TUCP Vendor DBE Garg Consulting Services, Inc. 2096A Silas Dean Highway Rocky Hill CT 6067 TXDOT 860-563-0582 860-563-0825 [email protected]

V00000907852 MDB Garza EMC L.L.C. Garza EMC 7707 Rialto Blvd, Suite 125 Austin Tx 78735 AU 512-298-3284 5122982592 [email protected] MDB Garza Program Management LLC 5910 North Central Expressway, Suite 1670 Dallas Tx 75206 TX 214-346-0694 2147220695 [email protected] Vendor DBE GC Engineering, Inc. 2505 PARK AVENUE PEARLAND TX 77581 Houston 281-412-7008 281-412-4623 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE GCI Solutions LLC 2500 City West, Suite 300 Houston TX 77042 Houston 713-470-0092 [email protected]

TUCP Vendor DBE Geolyteca, LLC Geolyteca, LLC 3300 Buckeye Road, Suite 401 Atlanta GA 30341 TXDOT 404-510-0542 413-521-0748 [email protected]

TUCP Vendor DBE Geometrics Engineering, P.S., Inc. 8819 230th Way NE Redmond WA 98053 TXDOT 206-739-7399 [email protected]

TUCP Vendor DBE Geoscience Engineering & Testing - North Texas 2712 Satsuma Drive, Suite 400 Dallas TX 75229 NCTRCA 972-488-3500 972-488-8844 [email protected]

TUCP Vendor DBE Geotechnical Consultants, Inc. 11918 Warfield Drive San Antonio TX 78216 SCTRCA 210-344-8144 210-349-6151 [email protected]

TUCP Vendor DBE GEOTEL Engineering, Inc. 2906 Ladybird Lane Dallas TX 75220 NCTRCA 972-850-2900 972-850-2901 [email protected]

TUCP Vendor DBE Geotest Engineering, Inc. 5600 Bintliff Drive Houston TX 77036 Houston 713-266-0588 713-266-2977 [email protected]

TUCP Vendor DBE Gerard & Associates Consulting Engineers 303 Longbranch Lane Dallas TX 75217 NCTRCA 214-375-9700 214-375-9725 [email protected]

V00000939316 MWDB GGE DESIGN & CONSULTING 13608-B Bullick Hollow Rd Austin Tx 78726 AU 5124227945 5122195209 [email protected] Vendor DBE GIA Group 2751 Hennepin Ave S Ste 18 Minneapolis MN 55408 TXDOT 763-783-7487 [email protected]

GLE7011195 WDB GLENROSE ENGINEERING INC 1405 Hillmont St Austin Tx 78704 AU 512-326-8880 [email protected] Vendor DBE Glenrose Engineering Inc. PO BOX 1948 AUSTIN TX 78767 Austin 512-326-8880 512-326-8881 [email protected]

VS0000008581 MDB Global Engineers, Inc. Global Engineers &

4219 Pebblestone Trl Round Rock Tx 78665-5027 AU 512-417-3172 512-246-2212 [email protected] Vendor DBE Global Gateway Concessions North America, LLC 76 S Laura Street, Suite 1702 Jacksonville FL 32202 TXDOT 904-297-4437 [email protected]

TUCP Vendor DBE Global Innovations, USA 3901 N Via De Cordoba Tucson AZ 85749 TXDOT 520-906-5444 520-760-0043 [email protected]

TUCP Vendor DBE GLOBE Engineers, Inc. 1525 Parliament Lane, SUITE 240 Plano TX 75093 NCTRCA 972-977-2884 972-977-2884 [email protected]

TUCP Vendor DBE Gloffic Engineering, Inc. 3313 Peaceful Trail Plano TX 75074 NCTRCA 214-405-0407 [email protected]

TUCP Vendor DBE Goero International, LLC ERO Architects 300 S. 8th Street McAllen TX 78501 TXDOT 956-661-0400 956-661-0401 [email protected]

VC0000101227 MWDB GONZALEZ - DE LA GARZA & ASSOCIATES 115 E. Travis Street, Suite 800 San Antonio Tx 78205 TX 2102089400 210-208-9401 [email protected] Vendor DBE Gonzalez & Schneeberg, Engineering & Surveyor 660 N Central Expressway, Suite 250 Plano TX 75074 NCTRCA 972-516-8855 972-516-8901 [email protected]

TUCP Vendor DBE Gonzalez Companies, LLC 1750 S. Brentwood Blvd, Ste. 700 St. Louis MO 63144 TXDOT 618-222-2221 618-222-2225 [email protected]

TUCP Vendor DBE Gonzalez-De La Garza & Associates, LLC 115 E. Travis St., Ste. 800 San Antonio TX 78205 SCTRCA 210-208-9400 210-208-9401 [email protected]

TUCP Vendor DBE GR International Consulting Group Inc. P.O. Box 165227 Irving TX 75016 NCTRCA 972-871-8624 972-871-8625 [email protected]

TUCP Vendor DBE GRAM TRAFFIC COUNTING, INC 3751 FM 1105, BLDG A GEORGETOWN TX 78626 Austin 512-832-8650 512-833-6471 [email protected]

TUCP Vendor DBE GRAM Traffic North Texas, Inc 1120 W. Lovers Lane Arlington TX 76013 NCTRCA 817-265-8968 000-000-0000 [email protected]

TUCP Vendor DBE Gray Enterprises Plus, Inc. 938 E Swann Creek Road, Suite 131 Fort MD 20744 TXDOT 443-823-4339 301-374-2714 [email protected]

TUCP Vendor DBE Green & Sustainable Services, LLC 2421 Amyx Ranch Drive Ponder TX 76259 NCTRCA 940-597-3723 940-479-2009 [email protected]

VS0000027333 WDB Green and Sustainable Services, LLC 2421 Amyx Ranch Drive Ponder Tx 76259 TX 940-597-3723 9404792009 [email protected] Vendor DBE GRIFFITH & BRUNDRETT SURVEYING & ENGINEERING, INC. Griffith & Brundrett Surveying &

Rockport TX 78381 CCRTA 361-729-6479 361-729-7933 [email protected]

TUCP Vendor DBE Grindstone Group, LLC 6440 North Belt Line Road, SUITE 125-D IRVING TX 75068 NCTRCA 972-887-5544 [email protected]

TUCP Vendor DBE GSO Architects, Inc. 5310 Harvest Hill Rd., Suite 226, LB156 Dallas TX 75230 NCTRCA 972-385-9651 972-385-3462 [email protected]

TUCP Vendor DBE Gunda Corporation, LLC 6161 Savoy, Suite 550 Houston TX 77036 Houston 713-541-3530 713-541-0032 [email protected]

TUCP Vendor DBE H&H Engineering Services, Inc. 23603 Desert Gold Dr. Katy TX 77494 Houston 281-392-4981 281-392-4981 [email protected]

TUCP Vendor DBE H.D. Cook's Rock Solid, Inc. Rock Solid Inc 664 Manor Dr Argyle TX 76226 NCTRCA 817-480-2755 940-464-3617 [email protected]

HAL8322344 WDB HALFORD BUSBY, LLC 17350 State Highway 249, Suite 110 Houston Tx 77064 TX 281-920-1100 281-920-1123 [email protected] Vendor DBE Harkins Engineering, Inc. 3300 LOST OASIS HOLLOW AUSTIN TX 78739 Austin 512-784-8511 512-280-1462 [email protected]

TUCP Vendor DBE Harris Kocher Engineering Group, Inc. 1120 Lincoln St., Suite 1000 Denver CO 80203 TXDOT 303-623-6300 303-623-6311 [email protected]

TUCP Vendor DBE Harrison Kornberg Architects, LLC 3800 Buffalo Speedway, Suite 550 Houston TX 77098 Houston 713-229-0688 713-229-0692 [email protected]

TUCP Vendor DBE Hattin Construction Management, Inc. 300 Frank H. Ogawa Plaza, Suite 175 Oakland CA 94612 TXDOT 510-604-0061 510-339-1100 [email protected]

HAY2261500 MWDB HAYNES EAGLIN WATERS LLC 6448 E Hwy 290 Ste D105 Austin Tx 78723 AU 512-451-6600 512-879-1088 [email protected] Vendor DBE Hg Consult, Inc. 10512 N. Euclid Ave. Kansas City MO 64155 TXDOT 816-256-5153 816-256-5153 [email protected]

TUCP Vendor DBE HICKS & CO ENVIRONMENTAL/ARCHAEOLOGICAL CONSULTANTS 1504 WEST 5TH STREET AUSTIN TX 78703 Austin 512-478-0858 512-474-1849 [email protected]

TUCP Vendor DBE Hillday Public Relations, Inc. 3801 Kirby Drive, Suite 507 Houston TX 77098 Houston 832-831-1836 281-997-9540 [email protected]

TUCP Vendor DBE Hinman Consulting Engineers, Inc. 1 Bush Street, Suite 510 San Francisco CA 94104 TXDOT 414-621-4423 415-621-4447 [email protected]

TUCP Vendor DBE Hi-Tech Bangla, Inc. Hi-Tech Bangla, Inc. 9901 E Valley Ranch Pkwy Suite # 3045 Irving TX 75063 NCTRCA 469-955-9047 469-930-4028 [email protected]

TUCP Vendor DBE HoldenGarcia, LLC 1221 E Tyler Avenue Harlingen TX 78550 TXDOT 956-622-1708 956-423-1488 [email protected]

TUCP Vendor DBE Hollaway Consulting Engineers, LLC 565 S. Mason Road #498 Katy TX 77450 TXDOT 281-536-4868 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE HORIZON ENVIRONMENTAL SVCS INC 1507 S. I-35 AUSTIN TX 78741 Austin 512-328-2430 512-328-1804 [email protected]

TUCP Vendor DBE Horton Lees Brogden Lighting Design Inc. 8580 Washington Blvd Culver City CA 90232 TXDOT 212-674-5580 212-254-2712 [email protected]

TUCP Vendor DBE HR Consultants, Inc. 160 Jari Drive, Suite 180 Johnstown PA 15904 TXDOT 814-266-3818 814-266-0189 [email protected]

TUCP Vendor DBE HRM LAND ACQUISITION SOLUTIONS, LLC 15401 RR 12, SUITE 107 WIMBERLEY TX 78676 Austin 512-585-1596 [email protected]

TUCP Vendor DBE HRV Conformance Verification Associates, Inc. 4420 Rouser Road, Suite 400 Moon Township PA 15108 TXDOT 412-299-2000 412-299-2007 [email protected]

TUCP Vendor DBE HS& S Development, Inc. 3519 Oakdale Houston TX 77004 Houston 210-542-6869 713-750-9240 [email protected]

V00000935535 MDB HT&J, LLC 10351 Stella Link Rd. Houston Tx 77025 TX 8327670090 [email protected] Vendor DBE Huerta & Associates Architects, P.C. 5177 Richmond Ave., Suite 1240 Houston TX 77056 Houston 713-439-1008 713-439-1934 [email protected]

TUCP Vendor DBE Humberto Saldana & Associates, Inc. 723 S. Flores St. San Antonio TX 78204 SCTRCA 210-227-4040 210-228-0464 [email protected]

TUCP Vendor DBE Hunt & Hunt Engineering Corporation P. O. Box 771294 Houston TX 77215 Houston 713-780-9554 713-780-9424 [email protected]

HVJ2459750 MDB HVJ ASSOCIATES INC 6120 S Dairy Ashford Houston Tx 770072 TX 512-447-9081 281-933-7293 [email protected] Vendor DBE HVJ North Texas - Chelliah Consultants, Inc. 8701 John Carpenter Freeway, Ste 250, 260 Dallas TX 75220 NCTRCA 972-432-9570 [email protected]

V00000939833 MDB HVJ South Central Texas - M&J, Inc. 4200 Freidrich Lane, Suite 110 Austin Tx 78744 AU 5124479081 5124433442 [email protected] Vendor DBE Ibarra Consulting Engineers, Inc 3131 Turtle Creek Boulevard, Suite 1151 Dallas TX 75219 NCTRCA 214-219-1030 [email protected]

TUCP Vendor DBE Iconic Consulting Group, Inc. 10106 Summit Run Dr. Frisco TX 75035 NCTRCA 214-705-3765 214-705-3769 [email protected]

TUCP Vendor DBE IEA Inc. 18333 Preston Road, Suite 205 Dallas TX 75252 NCTRCA 214-884-4253 844-888-4989 [email protected]

TUCP Vendor DBE IMS Engineers, Inc. 126 East Amite Street Jackson MS 39201 Houston 713-739-7744 601-968-9192 [email protected]

TUCP Vendor DBE Ingenium, Inc. 7700 San Felipe Street, Suite 110 Houston TX 77063 Houston 713-339-9160 713-339-9166 [email protected]

TUCP Vendor DBE Innovative Logics, LLC P.O. Box 224751 Dallas TX 75222 NCTRCA 214-317-9339 214-853-4354 [email protected]

TUCP Vendor DBE Integrated Global Dimensions LLC 1225 L Street, STE. 502 Lincoln NE 68508 TXDOT 402-806-0315 [email protected]

TUCP Vendor DBE Interstate Professional Group, Inc 318 West Main Street, Suite 207 Arlington TX 76010 NCTRCA 817-917-7023 972-602-1419 [email protected]

TUCP Vendor DBE Iron Horse Architects, Inc. Iron Horse Architects 475 17th Street, Ste. 720 Denver CO 80202 TXDOT 720-855-7572 720-855-7536 [email protected]

TUCP Vendor DBE ISANI CONSULTANTS, L.P. 3143 Yellowstone Boulevard Houston TX 77054 Houston 713-747-2399 713-748-3748 [email protected]

TUCP Vendor DBE ISRAEL T. GONZALEZ I. T. GONZALEZ ENGINEERS 3501 Manor Road Austin TX 78723 Austin 512-447-7400 512-447-6389 [email protected]

VC0000102707 MDB IT SOLUTIONS ON DEMAND LLC Po Box 14170 Austin Tx 78761 AU 512-487-1709 [email protected] Vendor DBE J. Williams Group, LLC 3100 Independence Parkway, Set. 311-376 Plano TX 75075 NCTRCA 214-929-4466 972-423-5857 [email protected]

TUCP Vendor DBE J.A. Watts Inc. 940 W Adams Street Ste. 400 Chicago IL 60607 TXDOT 312-997-3720 312-997-3726 [email protected]

TUCP Vendor DBE JAG Engineering, Inc. 9900 Westpark Drive, Suite 269 Houston TX 77063 Houston 713-977-7550 713-977-7317 [email protected]

CAS7072670 MDB JAIME BEAMAN AIA INC CASABELLA ARCHITECTS 3821 Juniper Trace, Suite 104 Austin Tx 78738 SL 512-458-5700 512-458-5755 [email protected] Vendor DBE Jakan Engineering, PLLC 6610 Switchgrass Road ARLINGTON TX 76002 NCTRCA 817-466-7030 [email protected]

TUCP Vendor DBE JAL Architect Group, Inc 2695 Villa Creek Drive, Suite 206 Dallas TX 75234 NCTRCA 972-620-7377 [email protected]

TUCP Vendor DBE James Priest JP Logistics & Consulting 5213 Farmcrest Circle Prince George VA 23875 TXDOT 804-536-5590 804-536-5590 [email protected]

JAS2584500 WDB JASMINE ENGINEERING INC 401 Congress Ave., Suite 1540 Austin Tx 78701 AU 512-326-2900 512-326-2906 [email protected] Vendor DBE Jasmine Engineering, Inc. 115 E. Travis Street, Ste. 1020 San Antonio TX 78205 SCTRCA 210-227-3000 210-229-1999 [email protected]

TUCP Vendor DBE Jaymark Engineering Corporation 3730 Cypress Creek Pkwy, Ste 108 Houston TX 77068 Houston 346-316-1181 346-316-1185 [email protected]

TUCP Vendor DBE JBS ENGINEERING TECHNICAL SERVICES, INC. 15 Windsormere Way Suite 200 Oviedo FL 32765 TXDOT 407-359-6437 407-971-4998 [email protected]

TUCP Vendor DBE J-DOS INTERNATIONALE, INC. 4506 14TH STREET, NW WASHINGTON DC 20011 TXDOT 202-726-8650 202-726-8652 [email protected]

TUCP Vendor DBE JEFF OVIEDO & ASSOCIATES, INC. 1621 BROWNING IRVINE CA 92606 NCTRCA 949-251-0702 949-251-0704 [email protected]

TUCP Vendor DBE JF CONSTRUCTION- MANAGEMENT GROUP JF CONSTRUCTION GROUP 6121 OAKWAY LN #510 FORT WORTH TX 76112 NCTRCA 817-496-2363 817-962-9147 [email protected]

TUCP Vendor DBE Jimenez Engineering Solutions, LLC International Consulting 555 N. Carancahua, Ste. 860 Corpus Christi TX 78401 CCRTA 361-826-5805 361-826-5806 [email protected]

TUCP Vendor DBE JMV Financial Services PO BOX 172844 ARLINGTON TX 76002 NCTRCA 800-560-6436 866-531-8570 [email protected]

TUCP Vendor DBE JN3 Global Ent. LLC Excel Global Partners 1000 N Central Expressway #400 Dallas TX 75231 NCTRCA 214-446-8557 214-446-8556 [email protected]

V00000917174 MDB JN3 Global Enterprises LLC Excel Global Partners LLC Suite #150 Austin Tx 78730 AU 512-501-1155 [email protected] Vendor DBE JND Construction Consultants LLC 16404 White Rock Blvd Prosper TX 75078 NCTRCA 325-261-0994 325-261-0994 [email protected]

TUCP Vendor DBE Jones Engineers, L. P. 9820 Whithorn Drive Houston TX 77095 Houston 713-222-7766 281-500-8160 [email protected]

TUCP Vendor DBE Jorge Perez Consulting Engineers, LLC Perez Consulting Engineers 808 Dallas Ave. McAllen TX 78501 TXDOT 956-631-4482 956-682-1545 [email protected]

GUE2157000 MDB Jose I. Guerra, Inc. 2401 S Ih-35 Ste 210 Austin Tx 78741-3823 AU 512-445-2090 512-445-2099 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailVS0000019943 MDB JQ Infrastructure, LLC JQ INFRASTRUCTURE 100 Glass Street Suite 201 Dallas Tx 75201 TX 972-392-7340 214-550-2536 [email protected] MDB JRB Engineering, LLC 7701 West Little York, Suite 600 Houston Tx 77040 TX 713-996-9979 1404 7139969972 [email protected] Vendor DBE JT Engineering, Inc. 1077 Centennial Centre Blvd. Hobart WI 54155 TXDOT 920-468-4771 [email protected]

TUCP Vendor DBE JW Counseling, Coaching, and Consulting Services JWCCC, P O Box 1711 CEDAR HILL TX 75106 NCTRCA 469-672-5472 817-405-7226 [email protected]

TUCP Vendor DBE K Friese & Associates, Inc. 1120 S. CAPITAL OF TEXAS HIGHWAY, CITY

AUSTIN TX 78746 Austin 512-338-1704 512-338-1784 [email protected]

TUCP Vendor DBE Kal Krishnan Consulting 1000 Broadway, Suite 650 Oakland CA 94607 TXDOT 213-488-9000 213-488-5113 [email protected]

TUCP Vendor DBE Kavi Consulting Inc 27822 Acacia Glen Lane Katy TX 77494 Houston 281-772-9643 281-394-7270 [email protected]

TUCP Vendor DBE Kenall, Inc. 8101 Westglen Drive Houston TX 77063 Houston 832-251-8200 832-251-8201 [email protected]

TUCP Vendor DBE Kenneth Woo & Associates 3607 Acacia Drive Sugar Land TX 77479 Houston 832-423-1162 281-980-3431 [email protected]

TUCP Vendor DBE Kens Concept Dining, LLC 2602 Pierce Brennen Ct. Lawrenceville GA 30043 TXDOT 843-422-3811 [email protected]

TUCP Vendor DBE Kilan Holdings, Inc Kilan Solutions 5700 Granite Pkwy, Suite 425 Plano TX 75024 NCTRCA 972-212-5239 972-212-5276 [email protected]

V00000913547 MDB Kings Struarchural, Inc.

Engineering Suite E213 Round Rock Tx 78681 SL 5122717331 5122717133 [email protected] Vendor DBE KINGS STRUARCHURAL, INC. 555 ROUND ROCK WEST DR, SUITE E227 Round Rock TX 78681 Austin 512-228-4626 [email protected]

TUCP Vendor DBE KIT Professionals, Inc. 2000 W. Sam Houston Parkway S., Suite Houston TX 77042 Houston 713-783-8700 713-783-8747 [email protected]

TUCP Vendor DBE Kivindyo Engineering Services, LLC 4048 Hartford St. St. Louis MO 63116 TXDOT 314-623-8942 [email protected]

TUCP Vendor DBE KJR & Associates, Inc. P O Box 260050 Plano TX 75026 NCTRCA 214-227-1131 214-227-1013 [email protected]

TUCP Vendor DBE Kleinman Consultants, PLLC 1207 NW 16TH Street Andrews TX 79714 TXDOT 432-664-9953 432-614-6712 [email protected]

TUCP Vendor DBE KNOWLEDGE ARCHITECTS, LLC 3201 Post Woods Dr Apt B Atlanta GA 30339 NCTRCA 404-849-2122 404-325-7875 [email protected]

TUCP Vendor DBE Knudson LP 8588 Katy Freeway, Suite 441 Houston TX 77024 Houston 713-463-8200 713-463-8011 [email protected]

TUCP Vendor DBE Komastsu/Rangel, Inc. Komatsu Architecture, Inc 3880 Hulen Street, Suite 300 Fort Worth TX 76107 NCTRCA 817-332-1914 817-877-0019 [email protected]

TUCP Vendor DBE Kramer Associates, Inc Kramer Associates, Inc 580 Utica Avenue Boulder CO 80304 TXDOT 303-247-1762 [email protected]

TUCP Vendor DBE Kysu Group, PLLC P.O. Box 181725 Arlington TX 76096 NCTRCA 469-278-5743 [email protected]

TUCP Vendor DBE L & L Engineers and Planners, Inc. 6316 FM 1004 West Kirbyville TX 75956 TXDOT 409-423-9704 [email protected]

TUCP Vendor DBE L. S. Gallegos & Associates, Inc. 9137 E Mineral Circle Ste 220 Centennial CO 80112 NCTRCA 303-790-8474 303-790-8477 [email protected]

TUCP Vendor DBE LAM+DCI, LLC 508 W 16TH ST AUSTIN TX 78701 Austin 512-476-2717 512-476-2714 [email protected]

TUCP Vendor DBE LaMels Services LLC 2212 Ave. A Texarkana TX 75501 TXDOT 903-277-5617 866-534-5099 [email protected]

TUCP Vendor DBE LANDMARK ENGINEERING, INC 6007 BLUE BLUFF RD AUSTIN TX 78724 Austin 512-913-5080 512-628-3528 [email protected]

TUCP Vendor DBE Langerman Foster Engineering Company, LLC 2000 S 15TH ST Waco TX 76706 TXDOT 254-235-1048 254-733-6954 [email protected]

TUCP Vendor DBE Lawrence Jeffrey Hamilton Hamilton Civil Engineering 833 PAINT HORSE TRAIL SAGINAW TX 76131 NCTRCA 817-320-9679 817-243-0282 [email protected]

VS0000028414 MDB LCCx Lackey de Carvajal Cx Po Box 30191 Austin Tx 78755 AU 512-971-1201 8883817794 [email protected] Vendor DBE Leadership Traffic Services 1504 Whitaker Way Glenn Heights TX 75154 NCTRCA 214-985-9630 [email protected]

V00000934802 MDB Leading Technology Advisors, LLC 430 Torrington Drive Austin Tx 78737 SL 5129535335 [email protected] MDB LEAP Structures, PLLC

Structures 3000 S. LAMAR BLVD., SUITE 230 Austin Tx 78704 AU 512-298-3999 1 [email protected]

TUCP Vendor DBE Lefevre Engineering & Management 612 Nolana Suite 520 McAllen TX 78504 TXDOT 956-687-5362 956-687-5363 [email protected]

TUCP Vendor DBE Lim & Associates, Inc. 1701 N. Market Street., Suite 310 - LB 20 Dallas TX 75202 NCTRCA 214-698-1888 214-698-9881 [email protected]

TUCP Vendor DBE Lina T. Ramey and Associates, Inc. 3320 Belt Line Rd Farmers Branch TX 75234 NCTRCA 214-979-1144 214-979-2480 [email protected]

TUCP Vendor DBE Livable Plans and Codes 8516 BRIDGE ST NORTH

TX 76180 NCTRCA 817-937-7186 [email protected]

TUCP Vendor DBE LKG-CMC, Inc. 550 N. Brand Blvd., Suite 1660 Glendale CA 91203 TXDOT 818-844-0800 818-844-0806 [email protected]

TUCP Vendor DBE Lloyd, Smitha and Associates, LLC 14027 Memorial Dr., Suite 253 Houston TX 77079 Houston 281-660-8737 999-999-9999 [email protected]

TUCP Vendor DBE Lobrien Enterprises, Limited LCL Advisors, Inc. 1127 Edgewood Avenue Berwyn PA 19312 TXDOT 610-889-2005 610-889-2006 [email protected]

LOP8322397 MDB LOPEZ SALAS ARCHITECTS INC 237 W Travis St Ste 201 San Antonio Tx 78205-1421 TX 210-734-4448 210-734-7409 [email protected] Vendor DBE Lopez Salas Architects, Inc 237 W. Travis St., Ste. 201 San Antonio TX 78205 SCTRCA 210-734-4448 210-734-4909 [email protected]

TUCP Vendor DBE Lynn Clark Associates, Inc.dba LCA Environmental Inc. LCA Environmental P.O. Box 29469 Dallas TX 75229 NCTRCA 972-241-6680 972-241-6689 [email protected]

TUCP Vendor DBE M. Davis and Company, Inc. 3000 Market Street, Suite 2022 Philadelphia PA 19104 TXDOT 215-790-8900 215-790-8930 [email protected]

TUCP Vendor DBE M. VASSIGH & ASSOCIATES, INC. 17440 Dallas Parkway, Suite 101 DALLAS TX 75287 NCTRCA 972-804-9767 972-359-6746 [email protected]

VS0000018898 WDB MADELINE ANZ SLAY ARCHITECTURE PLLC SLAY ARCHITECTURE PLLC 123 Altgelt Avenue San Antonio Tx 78201 TX 2107363009 113 2107346401 [email protected] Vendor DBE Madeline Anz Slay Architecture, PLLC 123 Altgelt Ave. San Antonio TX 78201 SCTRCA 210-736-3009 210-734-6401 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Maestas & Associates, Inc. 11550 IH 10 West Ste 350 San Antonio TX 78230 SCTRCA 210-366-1988 210-366-1980 [email protected]

TUCP Vendor DBE MagnaCore Drilling and Environmental Services, Inc 906 W. McDermott Dr., #116-313 Allen TX 75013 NCTRCA 972-881-7200 [email protected]

V00000915343 MWDB Majestic Services Inc 8120 North Ih 35, Suite 101 Austin Tx 78753 AU 512-470-9221 5128363802 [email protected] MDB Maldonado-Burkett Intelligent Transportation Systems, LLP 2205 Western Trails Blvd. Ste B Austin Tx 78745-1638 AU 512-916-1386 [email protected] Vendor DBE Maldonado-Burkett Intelligent Transportation Systems, LLP 2205 WESTERN TRAILS BLVD SUITE B AUSTIN TX 78745 Austin 512-916-1386 512-922-1017 [email protected]

TUCP Vendor DBE MARC A. RODRIGUEZ 1122 COLORADO STREET, STE 2399 AUSTIN TX 78701 Austin 512-494-9798 512-904-2313 [email protected]

TUCP Vendor DBE Marisa Fernandez Convoy Consulting 8405 Old Bee Caves Rd. #1211 Austin TX 78735 Austin 512-983-8508 [email protected]

TUCP Vendor DBE Marshall Engineering Corporation 715 N. Houston Ave. Humble TX 77338 Houston 281-852-4131 281-852-4631 [email protected]

TUCP Vendor DBE MARTHA FERRERO JUCH, P.E., INC. 1706 WALSH DRIVE ROUND ROCK TX 78681 Austin 512-310-2700 512-248-1269 [email protected]

TUCP Vendor DBE Martin Y.Hsu, PE, CVS & Associates, Inc 9289 Mira Linda Road Las Vegas NV 89148 NCTRCA 214-223-4139 702-854-9755 [email protected]

TUCP Vendor DBE Martinez Engineering, LLC 106 E Sixth St. Suite 841 AUSTIN TX 78701 Austin 512-322-3970 512-322-3970 [email protected]

TUCP Vendor DBE Martinez Geospatial, Inc. 2915 Waters Rd., Ste. 100 Eagan MN 55121 Austin 651-686-8482 651-686-8389 [email protected]

TUCP Vendor DBE Martinez, Guy & Maybik, Inc. MGM, Inc 1500 S. Dairy Ashford, Suite 280 Houston TX 77077 Houston 281-679-0335 888-653-5510 [email protected]

VS0000033674 WDB Mary A Lynch Mary A. Lynch 5719 Overridge Drive Arlington Tx 76017-1139 TX 817-478-3308 [email protected] Vendor DBE MASSEY CONTRACTORS, LLC 5100 Eldorado Parkway PMB 520 MCKINNEY TX 75070 TXDOT 469-363-9615 469-645-1189 [email protected]

TUCP Vendor DBE Materials Management, Inc. P.O. Box 12711 Oklahoma City OK 73157 TXDOT 405-948-1875 405-728-1211 [email protected]

TUCP Vendor DBE Mazyck Advisors, LLC 1800 CENTURY PARK EAST #600 LOS ANGELES CA 90067 TXDOT 310-229-5740 310-229-5799 [email protected]

TUCP Vendor DBE MBAYC Design Studios, LLC 1351 North Buckner Blvd., Suite #180936 Dallas TX 75218 NCTRCA 972-572-2442 972-572-2442 [email protected]

TUCP Vendor DBE Mbroh Engineering,Inc. 13601 Preston Road, Suite 900W Dallas TX 75240 NCTRCA 972-364-9090 972-364-9091 [email protected]

VC0000101572 WDB MCCANN ADAMS STUDIO PLLC

Studio 515 Congress Ave, Ste 1600 Austin Tx 78701 AU 512-732-0001 512-732-0004 [email protected] Vendor DBE McFarland Architects, PC 9 East 4th St. Suite 500 Tulsa OK 74103 TXDOT 918-749-8100 918-749-8145 [email protected]

TUCP Vendor DBE MDA Engineers, LLC 8511 Westcove Circle Houston TX 77064 Houston 281-794-3013 281-977-0447 [email protected]

TUCP Vendor DBE Menon Consortium Incorporated INVICUS 800 Town and Country Blvd., Suite 300 Houston TX 77024 Houston 832-877-0307 [email protected]

TUCP Vendor DBE Mesa Integrated Solutions, Inc. 3720 Whitt Loop Austin TX 78749 Austin 512-663-0433 [email protected]

TUCP Vendor DBE Meshek & Associates, PLC 1437 S Boulder Ave., Suite 1550 Tulsa OK 74119 TXDOT 918-392-5620 918-392-5621 [email protected]

TUCP Vendor DBE MET Resources, Inc. 561 BODEN WAY SUITE 3I OAKLAND CA 94610 TXDOT 510-575-7372 510-350-7471 [email protected]

TUCP Vendor DBE Meza Engineering, Inc 5310 Harvest Hill Road, Suite 162 Dallas TX 75230 NCTRCA 214-428-7744 214-428-7770 [email protected]

TUCP Vendor DBE MHR Engineering, LLC 16845 Blanco Rd., Suite 106 San Antonio TX 78232 SCTRCA 210-641-0543 210-497-2227 [email protected]

TUCP Vendor DBE Michael Fitch 360 Strasburg Dr. Simpsonville SC 29681 NCTRCA 903-331-0039 [email protected]

TUCP Vendor DBE Michael M. Simpson & Associates, Inc. MMSA PO Box 24247 Greenville SC 29616 TXDOT 864-331-1201 864-331-1070 [email protected]

TUCP Vendor DBE MICHELLE ROBINSON MICHELLE ROBINSON DESIGN PO BOX 2234 LEANDER TX 78641 Austin 267-767-9644 717-964-1327 [email protected]

TUCP Vendor DBE Micro-Design, Inc PO Box 59449 Dallas TX 75229 NCTRCA 972-488-8725 972-488-8724 [email protected]

TUCP Vendor DBE MIR CONSULTING ENGINEERS, LLC 4468 DALROCK DR PLANO TX 75024 NCTRCA 972-533-3500 [email protected]

TUCP Vendor DBE Mirador Enterprises, Inc. 8201 Lockheed Suite 110 El Paso TX 79925 TXDOT 915-546-4111 915-351-1221 [email protected]

TUCP Vendor DBE Mission Engineering, Inc. 10370 Richmond Avenue, #560 Houston TX 77042 Houston 713-981-0018 [email protected]

TUCP Vendor DBE MKD Solutions LLC 15907 Lofty Heights San Antonio TX 78232 SCTRCA 210-701-2375 [email protected]

TUCP Vendor DBE MLD Engineering Solutions Inc 2121 W. Airport Freeway, Suite 220 Irving TX 75062 NCTRCA 972-258-0484 972-258-1297 [email protected]

TUCP Vendor DBE Molina Walker Architects, Inc. 6161 Savoy Drive Suite 1212 Houston TX 77036 Houston 713-782-8188 713-782-2031 [email protected]

TUCP Vendor DBE Mondre Energy, Inc. 1800 JFK Boulevard, Suite 1504 Philadelphia PA 19103 TXDOT 215-988-0577 215-988-0579 [email protected]

TUCP Vendor DBE Montgomery Consulting Group, Inc. 501 S. New York Ave., Ste. 210 Winter Park FL 32789 TXDOT 407-539-7030 407-539-7035 [email protected]

TUCP Vendor DBE Morales Engineering Associates, LLC 2550 Gray Falls Dr., Suite 100-B Houston TX 77077 Houston 281-497-6272 281-497-6272 [email protected]

TUCP Vendor DBE MOYE I.T. CONSULTING, LLC 1255 Corporate Drive, Suite 100 Irving TX 75063 NCTRCA 972-887-5555 972-887-5554 [email protected]

TUCP Vendor DBE MRI of Dallas Parkway 2121 W. Spring Creek Parkway, Suite 113 Plano TX 75023 NCTRCA 469-475-2297 214-597-4092 [email protected]

TUCP Vendor DBE MS Engineering and Development, LLC MSED, LLC 7604 Fairway Drive Diamondhead MS 39525 TXDOT 228-265-4726 228-255-9360 [email protected]

V00000904851 MWDB MS ENGINEERING, LLC. 208 Chattington Ct. San Antonio Tx 78213 TX 210-885-9270 2103204191 [email protected] Vendor DBE MSE Group, LLC 208 Chattington Ct. San Antonio TX 78213 SCTRCA 210-885-9270 210-880-1450 [email protected]

TUCP Vendor DBE MSI Engineers, Inc. 12708 Pelican Blvd. Willis TX 77318 Houston 936-701-2734 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Multatech Engineering, Inc 2821 West 7th Street, Suite 400 Fort Worth TX 76107 NCTRCA 817-877-5571 817-877-4245 [email protected]

TUCP Vendor DBE MunCor, LLC Munoz Engineering 8631 Old Brownsville Road Corpus Christi TX 78415 CCRTA 361-946-4848 361-265-0562 [email protected]

TUCP Vendor DBE MV Engineering, Inc. 14850 Quorum Dr., Suite 220 Dallas TX 75254 NCTRCA 972-733-3618 972-468-6986 [email protected]

MAR3044500 WDB MWM DESIGNGROUP INC

MARTINEZ, WRIGHT AND 305 E Huntland Dr Ste 200 Austin Tx 78752 AU 512-453-0767 512-453-1734 [email protected] Vendor DBE Nancy Manning Power Your Mission 14500 Varrelman ST Austin TX 78725 Austin 512-382-6267 512-382-6067 [email protected]

TUCP Vendor DBE NASH CM, Inc. 3968 E. PARK BLVD PLANO TX 75074 NCTRCA 817-941-4845 866-700-1824 [email protected]

TUCP Vendor DBE Nashnal Soil Testing, LLC 1707 Quincy Ave., Unit # 151 Naperville IL 60540 TXDOT 630-780-5201 630-429-9099 [email protected]

TUCP Vendor DBE Nassri-Warren Group Architects, Inc. 1801 South 2nd Street, Suite 330 McAllen TX 78504 TXDOT 956-994-1900 956-994-1962 [email protected]

TUCP Vendor DBE Natalye Appel & Associates Architects, LLC 2523 Bartlett Street Houston TX 77098 Houston 713-522-7992 [email protected]

TUCP Vendor DBE Nathelyne A. Kennedy & Associates, L.P. 6200 Savoy Drive, Suite 1250 Houston TX 77036 Houston 713-988-0145 713-988-4624 [email protected]

TUCP Vendor DBE National Business Solutions, LLC P.O. Box 3298 Arlington TX 76007 NCTRCA 972-623-0033 972-623-0033 [email protected]

TUCP Vendor DBE National Service Research 2601 Ridgmar Plaza, Suite 2 Fort Worth TX 76116 NCTRCA 817-312-3606 817-326-6109 [email protected]

TUCP Vendor DBE ND Engineering, PC 6807 Leameadow Dallas TX 75248 TXDOT 972-239-8995 972-239-8995 [email protected]

TUCP Vendor DBE Nedu Engineering Services n/a P.O. Box 540831 Houston TX 77254 Houston 713-268-1666 713-268-1667 [email protected]

VIL5001500 MDB NEGRETE & KOLAR ARCHITECTS LLP 11720 North Ih35 Austin Tx 78753 AU 512-474-6526 512-474-6761 [email protected] Vendor DBE Neighborhood Strategies, LLC 4460 ST. ANDREWS BLVD. IRVING TX 75038 NCTRCA 214-384-7886 [email protected]

TUCP Vendor DBE NETCLOUD, LLC 8813 GLEN CANYON DRIVE ROUND ROCK TX 78681 Austin 512-568-9608 512-646-7075 [email protected]

TUCP Vendor DBE Neu Environmental & Planning LLC 6661 SW 16 ST Plantation FL 33317 TXDOT 954-540-3413 [email protected]

V00000929649 WDB NICOLE FRANCOIS CONSULTING

ENGINEERING 1008 Sundance Ridge Dripping Springs Tx 78620 SL 5129658887 [email protected] Vendor DBE NICOLE FRANCOIS CONSULTING CONVEYANCE CIVIL 901 S. Mopac, Bldg. 1 Austin TX 78746 Austin 512-965-8887 [email protected]

V00000934662 MWDB Norma H Antunano Excel Transformation 201 Brushy Creek Trail Hutto Tx 78634 SL 5125370089 8016519570 [email protected] Vendor DBE North American Information Systems, Inc 1203 S. Cedar Ridge Drive Duncanville TX 75137 NCTRCA 972-780-5283 972-780-5736 [email protected]

TUCP Vendor DBE NUEMMAN LLC 10533 COCHRON DR MCKINNEY TX 75070 NCTRCA 214-499-5652 469-453-3337 [email protected]

TUCP Vendor DBE OAKHILL ENGINEERING, LLC 5705 JANABYRD LN. AUSTIN TX 78749 Austin 512-497-5256 512-747-8916 [email protected]

TUCP Vendor DBE Offsite Office Solutions 1211 S. Conkling Street, Suite 236 Baltimore MD 21224 TXDOT 443-473-3094 443-473-3094 [email protected]

TUCP Vendor DBE Omega Engineers, Inc. 16360 Park Ten Place, Suite 325 Houston TX 77084 Houston 281-647-9182 281-647-9184 [email protected]

TUCP Vendor DBE Omni Communications LLC 8509 Benjamin Rd, Suite E TAMPA FL 33634 NCTRCA 813-852-1888 866-485-3356 [email protected]

TUCP Vendor DBE One on 1 Accounting & Consulting Service LLC PO Box 20907 York PA 17402 TXDOT 717-831-8899 866-936-0043 [email protected]

TUCP Vendor DBE Ornelas & Associates, Inc 2913 Hallsville Street Dallas TX 75204 NCTRCA 214-901-2248 [email protected]

TUCP Vendor DBE OTHON, INC. 11111 Wilcrest Green Drive, Suite 128 Houston TX 77042 Houston 713-975-8555 713-975-9068 [email protected]

PES8307381 WDB P E Structural Consultants Inc. 8436 Spicewood Springs Rd Austin Tx 78759-6050 AU 512-250-5200 512-250-5222 [email protected] Vendor DBE PACO Technologies, Inc. 110 William Street, Suite 1201 New York NY 10038 NCTRCA 212-685-0578 212-685-1379 [email protected]

TUCP Vendor DBE Pam Roach Public Relations P.O. Box 180846 Arlington TX 76096 NCTRCA 817-691-5560 817-784-8615 [email protected]

TUCP Vendor DBE Paragon Project Resources, Inc 1901 Royal Lane, Suite 104 Dallas TX 75229 NCTRCA 214-634-7060 214-634-0097 [email protected]

TUCP Vendor DBE Paramount Engineering, LLC 7322 Southwest Freeway, Suite 1050 Houston TX 77074 Houston 713-636-9977 281-888-9872 [email protected]

TUCP Vendor DBE Paredes-Garcia & Associates 104 Dovehill Circle Red Oak TX 75154 NCTRCA 972-310-8549 972-576-5290 [email protected]

V00000924021 MWDB Paseo LLC Paseo Brands 1808 Niles Road Austin Tx 78703 AU 5129653711 [email protected] Vendor DBE Pat Noyes & Associates 1566 County Rd. 83 Boulder CO 80302 TXDOT 303-440-8171 [email protected]

TUCP Vendor DBE Pemcco, Inc. P.O. Box 8981 Virginia Beach VA 23450 TXDOT 757-437-8862 757-437-8835 [email protected]

TUCP Vendor DBE Petron Power & Gas. LLC. PO Box 801407 Dallas TX 75380 TXDOT 972-467-8342 972-250-1235 [email protected]

VS0000037668 MWDB PGA Engineers, Inc. PGA 13201 Northwest Freeway, Suite 800 Houston Tx 77040 TX 713-269-3182 [email protected] Vendor DBE Phalanx Consulting and Solutions, LLC 5101 Starting Gate Dr. Upper Marlboro MD 20772 TXDOT 443-910-1800 [email protected]

TUCP Vendor DBE Phronetik, Inc. N/A 5851 Legacy Circle, 6th Floor, 6th Floor Plano TX 75024 NCTRCA 844-871-3575 469-453-3095 [email protected]

TUCP Vendor DBE PlaGar Engineering, LLC P.O. Box 3071, 1155 Military Hwy Brownsville TX 78523 TXDOT 956-550-9995 956-550-9939 [email protected]

TUCP Vendor DBE Planning & Development Services, Inc. Knudson 8588 Katy Freeway, Suite 441 Houston TX 77024 Houston 713-463-8200 713-463-8011 [email protected]

TUCP Vendor DBE Pleasant News, Inc. 583 Skippack Pike, Suite 200 Blue Bell PA 19422 Austin 215-248-1931 215-753-1355 [email protected]

TUCP Vendor DBE PMCS SERVICES INC 6021 ALMELO DR ROUND ROCK TX 78681 Austin 512-507-4975 512-592-7999 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Porras Nance Engineering 304 Calton Rd. Laredo TX 78041 TXDOT 956-724-3097 956-724-9208 [email protected]

POZ8319072 MDB Poznecki-Camarillo, Inc 5835 Callaghan Rd Ste 200 San Antonio Tx 78228-1224 TX 210-349-3273 210-349-4395 [email protected] Vendor DBE PPC Partner-Plus Consulting, Inc. 6522 Edgewood CT Granbury TX 76049 NCTRCA 214-616-5687 [email protected]

TUCP Vendor DBE Precision Bookkeeping Service 2004 Watson Street Fort Worth TX 76103 NCTRCA 817-829-3290 817-829-3290 [email protected]

TUCP Vendor DBE Premier Engineering Corporation 6437 W. Chandler Blvd., Suite 1 Chandler AZ 85226 TXDOT 480-829-6000 480-829-6016 [email protected]

TUCP Vendor DBE Premiere Consulting Group 503 Potomac Valley Drive Fort MD 20744 TXDOT 443-650-8724 443-381-0717 [email protected]

TUCP Vendor DBE PReSafe Technologies, LLC PO Box 5872 Somerset NJ 8875 SCTRCA 732-887-2442 888-305-8782 [email protected]

TUCP Vendor DBE Prevost Consulting Group, LLC 506 W. Main St. Brenham TX 77833 TXDOT 979-255-9216 [email protected]

TUCP Vendor DBE Priority Engineering Incorporated Priority Group Edge Creek Plaza, 3939 East US Highway 80 Mesquite TX 75150 NCTRCA 972-896-7617 972-289-8839 [email protected]

TUCP Vendor DBE Prodigy Construction Management LLC P.O. Box 6592 McAllen TX 78501 TXDOT 956-664-1781 956-664-1832 [email protected]

TUCP Vendor DBE Program Controls, Inc. 3150 SW 38th Avenue, Suite 1304 MIAMI FL 33146 NCTRCA 786-229-4416 305-869-3557 [email protected]

TUCP Vendor DBE Project Partners, Inc. P.O. Box 102022 Fort Worth TX 76185 NCTRCA 817-922-9460 817-922-9461 [email protected]

TUCP Vendor DBE Pro-Ops Inc. 4819 Vicksburg Dallas TX 75207 NCTRCA 952-838-5578 214-828-1304 [email protected]

TUCP Vendor DBE Providence Environmental Consulting, Inc. 112 LAS COLINAS DRIVE GEORGETOWN TX 78628 Austin 512-863-3492 512-869-0576 [email protected]

TUCP Vendor DBE PRR, Inc. 1501 FOURTH AVENUE SUITE 550 SEATTLE WA 98101 TXDOT 206-623-0735 206-623-0781 [email protected]

TUCP Vendor DBE PSA Constructors, Inc. 2730 N. Stemmons Freeway, West Tower,

Dallas TX 75207 NCTRCA 214-879-1004 214-879-1068 [email protected]

TUCP Vendor DBE Quality Engineering Solutions, Inc. QES Consultants, Inc. PO Box 3004 Conneaut Lake PA 16316 SCTRCA 814-382-0373 814-382-0375 [email protected]

TUCP Vendor DBE R. Eagle Consulting, LLC 1802 Glouchester Dr. Garland TX 75044 NCTRCA 972-675-8532 [email protected]

TUCP Vendor DBE R. Gutierrez Engineering Corporation 130 E. Park Avenue Pharr TX 78577 TXDOT 956-782-2557 956-782-2558 [email protected]

TUCP Vendor DBE R.L. Woods & Associates, LLC 1151 W. Pioneer Parkway Arlington TX 76013 NCTRCA 817-277-6686 817-277-6688 [email protected]

TUCP Vendor DBE R2m Engineering, Llc 5012 50th Street, Suite 204 Lubbock TX 79414 TXDOT 806-783-9944 806-783-9966 [email protected]

TUCP Vendor DBE RAMA Enterprises, LLC 4979 Fitchburg St. DALLAS TX 75212 NCTRCA 817-303-9681 214-442-0171 [email protected]

V00000941578 MDB Ramos Consulting, LLC Ramos Consulting, LLC 2302 RR 620 S, Suite #135-409 Lakeway Tx 78734 AU 5123292115 [email protected] Vendor DBE Randall Harris & Associates, Architect 16043 Barbarossa Drive Houston TX 77083 Houston 832-545-6319 281-277-6570 [email protected]

TUCP Vendor DBE Rani Engineering, Inc. 2912 Anthony Ln #100 Minneapolis MN 55418 TXDOT 612-455-3322 612-455-3321 [email protected]

TUCP Vendor DBE Raul V. Bravo + Associates, Inc. 1889 Preston White Drive, Suite 202 Reston VA 20191 NCTRCA 703-326-9092 703-326-9096 [email protected]

TUCP Vendor DBE RDM International, Inc. 14310 Sullyfield Circle Chantilly VA 20151 TXDOT 703-709-2540 703-709-2535 [email protected]

VS0000018597 MDB Recruiting Force, LLC Recruit Veterans 1464 E. Whitestone Blvd #1903 Cedar Park Tx 78613 AU 512-996-0999 1005 [email protected] Vendor DBE RECRUITING FORCE, LLC RECRUIT VETERANS 930 S. BELL BLVD, SUITE 104 CEDAR PARK TX 78613 Austin 512-996-0999 512-608-4179 [email protected]

TUCP Vendor DBE Red Plains Professional Inc. 2933 S Bryant Ave. Edmond OK 73013 TXDOT 405-341-4031 405-341-4037 [email protected]

V00000907873 MDB REED FIRE PROTECTION ENGINEERING LLC 14135 Midway Road Ste. G260 Addison Tx 75001 TX 214-638-7599 102 2146384710 [email protected] MDB Regional Engineering Inc. Suit # 102 Austin Tx 78758 AU 512-507-9355 5126708915 [email protected] Vendor DBE REGIONAL ENGINEERING, INC. 818 WAGON TRAIL, SUITE 102 Austin TX 78758 Austin 512-507-9355 512-670-8915 [email protected]

TUCP Vendor DBE Reliance Engineers, LLC 30 Yarmouth Road Wellesley MA 2481 TXDOT 781-237-3824 781-237-8717 [email protected]

TUCP Vendor DBE Rey De La Reza Architects, Inc. RdlR Architects, Inc. 1245 West 18th Street Houston TX 77008 Houston 713-868-3121 713-802-0112 [email protected]

TUCP Vendor DBE REYNA INFORMATION TECHNOLOGY SERVICES, LLC REYNA ITS 590 Centerville Road, #179 Lancaster PA 17601 TXDOT 717-940-3426 717-898-7125 [email protected]

VS0000004650 MDB RGT Engineering, Inc. 1000 Heritage Center Circle Round Rock Tx 78664 SL 512-689-2341 512-382-6851 [email protected] Vendor DBE RGT Engineering, Inc. 9508 BROMSGROVE DR. AUSTIN TX 78717 Austin 512-494-6612 512-382-6851 [email protected]

VS0000026253 MDB Rios Engineering, LLC 609 Irma Dr Austin Tx 78752 AU 512-944-3023 [email protected] Vendor DBE RJW OPERATIONS, INC. Group Solutions RJW 8401 SHOAL CREEK BLVD., Suite 200 AUSTIN TX 78757 Austin 512-448-4459 512-454-1342 [email protected]

TUCP Vendor DBE RMR Enterprises LLC Construction Consulting P.O. Box 55 Hamer SC 29547 TXDOT 843-506-2486 843-506-2486 [email protected]

TUCP Vendor DBE RO Engineering, PLLC 3620 Ida Edinburg TX 78539 TXDOT 956-282-3336 [email protected]

TUCP Vendor DBE Roadway Engineering & Construction, Inc 3501 Dublin Trail Mesquite TX 75149 NCTRCA 972-285-1315 972-285-8358 [email protected]

TUCP Vendor DBE Robert Adams, Inc. 11843 Loveland Pass Houston TX 77067 Houston 281-272-7000 281-537-1251 [email protected]

TUCP Vendor DBE Rock Engineering & Testing Laboratory, Inc. 6817 Leopard St. Corpus Christi TX 78409 CCRTA 361-883-4555 361-883-4711 [email protected]

TUCP Vendor DBE RODRIGUEZ ENGINEERING BRIDGE INSPECTIONS 8137 OSBORNE DRIVE AUSTIN TX 78729 Austin 512-989-3336 512-989-9192 [email protected]

TUCP Vendor DBE RODRIGUEZ ENGINEERING LABORATORIES, LLC 13809 TURBINE DRIVE AUSTIN TX 78728 Austin 512-251-4454 512-251-1380 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Rodriguez Transportation Group, Inc. 11211 TAYLOR DRAPER LANE, STE 100 AUSTIN TX 78759 Austin 512-231-9544 512-231-9133 [email protected]

TUCP Vendor DBE RODS Subsurface Utility Engineering, Inc. 6810 Lee Road, Suite 300 Spring TX 77379 Houston 281-257-5248 281-257-4021 [email protected]

TUCP Vendor DBE Roe Engineering, LLC H20 Terra 2020 East Mills Ave El Paso TX 79901 TXDOT 915-533-1418 915-533-4972 [email protected]

TUCP Vendor DBE Rokit Solutions LLC 13255 Janet Dr Frisco TX 75033 NCTRCA 504-473-9497 [email protected]

TUCP Vendor DBE Ronielle Howard & Associates LLC 2796 East 1240 South St George UT 84790 TXDOT 435-229-6331 [email protected]

TUCP Vendor DBE Rosales + Partners, Inc. 37 Newbury Street, 6th Floor Boston MA 2116 TXDOT 617-247-7499 617-247-7139 [email protected]

TUCP Vendor DBE RSA, Inc. 4416 Ramsgate Dr. San Antonio TX 78230 SCTRCA 210-699-6080 210-690-8807 [email protected]

TUCP Vendor DBE RW Block Consulting Inc 871 Outer Rd Ste B Orlando FL 32814 TXDOT 407-897-5354 407-897-5356 [email protected]

TUCP Vendor DBE S&M & ASSOCIATES, INC. 1720 Mars Hill Road, Suite 8-195 Acworth GA 30101 NCTRCA 678-938-7175 770-222-8992 [email protected]

TUCP Vendor DBE S.L. King Technologies, Inc. 270 Peachtree St. N.W., Suite 1600 Atlanta GA 30303 TXDOT 404-832-4950 404-832-4853 [email protected]

TUCP Vendor DBE Sage Speaking, LLC 1201 Stampede Horseshe Bay TX 78657 TXDOT 512-680-0499 [email protected]

TUCP Vendor DBE Sambatek, Inc. 12800 Whitewater Dr., Suite 300 Minnetonka MN 55343 TXDOT 763-476-6010 763-476-8532 [email protected]

TUCP Vendor DBE SAMES, Inc. 200 South Cage Blvd. Pharr TX 78577 TXDOT 956-702-8880 956-702-8883 [email protected]

TUCP Vendor DBE SANPEC, Inc. 11819 Skydale Drive Tomball TX 77375 Houston 281-516-7269 832-550-2634 [email protected]

TUCP Vendor DBE Savant Group, Inc 2435 N. Central Expy, Suite 750 Richardson TX 75080 NCTRCA 214-468-8200 214-468-8266 [email protected]

TUCP Vendor DBE Scale Construction, Inc. 2101 S. Carpenter St. Chicago IL 60608 TXDOT 312-491-9500 312-491-9555 [email protected]

TUCP Vendor DBE Scheduling And Information Services, Inc. P.O. Box 174 Stevenson WA 98648 TXDOT 509-427-4474 866-840-6786 [email protected]

TUCP Vendor DBE Scientific Research & Technology, Inc. SRT, Inc. P.O. Box 13208 El Paso TX 79913 TXDOT 915-500-4666 915-581-0853 [email protected]

TUCP Vendor DBE Scroggins Consulting, LLC 3224 Midway Avenue Shreveport LA 71109 NCTRCA 800-539-5831 888-540-0783 [email protected]

TUCP Vendor DBE SE3, LLC 230 SW Main Street, #213 Lee's Summit MO 64063 NCTRCA 214-676-9968 816-817-0747 [email protected]

VS0000030160 MDB Seiler / Lankes Group 901 Round Rock Avenue Suite C100 Round Rock Tx 78681 SL 512-785-8564 [email protected] Vendor DBE SEILER/LANKES GROUP, LLC PO BOX 2186 ROUND ROCK TX 78680 Austin 512-551-8865 [email protected]

TUCP Vendor DBE SentraSolve, LLC 10455 N Central Expressway, Ste 109-162 Dallas TX 75231 NCTRCA 214-621-3888 214-341-6526 [email protected]

TUCP Vendor DBE Sergio De Los Santos, Inc 14368 Tanglewood Drive Farmers Branch TX 75234 NCTRCA 972-620-3914 972-620-0085 [email protected]

TUCP Vendor DBE SES Horizon Consulting Engineers, Inc. 10101 Southwest Freeway, Suite 400 Houston TX 77074 Houston 713-988-5504 713-988-1441 [email protected]

TUCP Vendor DBE SGS Consulting, Inc. P. O. Box 270145 Flower Mound TX 75027 NCTRCA 972-789-1111 972-458-1817 [email protected]

TUCP Vendor DBE Shan Engineering, Inc. 9039 Katy Freeway, Suite 216 Houston TX 77024 Houston 832-615-9308 832-615-9308 [email protected]

TUCP Vendor DBE Sharp & Company, Incorporated 794 Nelson St. Rockville MD 20850 TXDOT 301-424-6133 301-340-1754 [email protected]

TUCP Vendor DBE SHEDDarchitecture 6 Iron Horse Spur Savannah GA 31419 TXDOT 912-925-1300 912-925-5096 [email protected]

TUCP Vendor DBE Shield Engineering Group, PLLC PO Box 470636 Fort Worth TX 76147 NCTRCA 817-810-0696 817-810-0372 [email protected]

TUCP Vendor DBE Shrewsberry & Associates, LLC 7321 Shadeland Station #160 Indianapolis IN 46256 TXDOT 317-841-4799 317-841-4790 [email protected]

TUCP Vendor DBE Signal Analytics, PC 3005 Wood Springs Ln Round Rock TX 78681 Austin 512-695-7205 512-255-7634 [email protected]

V00000915700 MDB Signature Automation, LLC Suite 212 Addison Tx 75001 TX 469-619-1241 101 4696191242 [email protected] Vendor DBE SIGNATURE SOLUTIONS LLC 357 Gallop Wood Pl, Suite 1000 Great Falls VA 22066 NCTRCA 972-670-3482 703-935-5533 [email protected]

TUCP Vendor DBE Silicon Transportation Consultants LLC 4352 Silva Ct. Palo Alto CA 94306 TXDOT 617-448-8611 [email protected]

TUCP Vendor DBE Simon Engineering & Consulting, Inc. 15443 Knoll Trail Drive, Suite 140 Dallas TX 75248 NCTRCA 214-466-7870 214-466-7872 [email protected]

TUCP Vendor DBE Singh & Associates, Inc. 230 W. Monroe Street, Suite 1400 Chicago IL 60606 TXDOT 312-629-0240 312-629-8449 [email protected]

TUCP Vendor DBE Site and Field Engineering, LLC 5450 NW Central, Ste. 100 Houston TX 77092 Houston 713-823-8134 866-425-2652 [email protected]

TUCP Vendor DBE SLI Engineering, Inc. 6600 Westwind Drive El Paso TX 79912 TXDOT 915-584-4457 915-581-7756 [email protected]

TUCP Vendor DBE Sloan Foster Envisage Associates 9204 Partridge Circle Austin TX 78758 Austin 210-845-4141 [email protected]

TUCP Vendor DBE Smart City Traffic LLC 24036 SE 47th St Sammamish WA 98029 TXDOT 425-221-0320 [email protected]

V00000925313 WDB Smith Turrieta, PLLC Smith Turrieta Engineering Po Box 5902 Austin Tx 78763 AU 5125699022 [email protected] MDB SNAP MANAGEMENT GROUP INC 901 East 12th Street Austin Tx 78702 AU 512-477-8788 512-474-8788 [email protected] Vendor DBE SNAP Management Group, Inc. PO BOX 93205 AUSTIN TX 78709 Austin 512-477-8788 512-474-8788 [email protected]

CPM8310942 MWDB SOHEIR S MICHEL CPM CONSULTANTS Po Box 200548 Austin Tx 78720 AU 512-474-5377 [email protected] Vendor DBE Solaray Engineering, Inc. 2727 LBJ Freeway. Suite, 525 Dallas TX 75234 NCTRCA 972-247-1516 972-247-1517 [email protected]

SOL8307852 MDB SOLIS CONSTRUCTORS INC 9100 United Dr Ste 106 Austin Tx 78758-7716 AU 512-450-0280 512-380-9670 M

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Solved Engineering, LLC PO Box 439367 Chicago IL 60643 TXDOT 800-975-9723 800-975-9723 [email protected]

TUCP Vendor DBE South Texas Infrastructure Group, LLC 900 S. Stewart Road, Suite 13 Mission TX 78572 TXDOT 956-424-3335 956-424-3132 [email protected]

TUCP Vendor DBE Southwestern Testing Laboratories, LLC STL 1341 W Mockingbird Lane, Suite 1200-W Dallas TX 75247 NCTRCA 214-630-3800 214-630-3898 [email protected]

TUCP Vendor DBE Sowells Construction Management & Inspection, LLC 13430 NW. Fwy., Suite 260 Houston TX 77040 Houston 832-731-7290 281-591-4701 [email protected]

TUCP Vendor DBE Sowinski Sullivan Architects, PC 25 Mohawk Avenue Sparta NJ 7871 TXDOT 973-726-3260 973-726-7986 [email protected]

V00000907348 MDB Sparkovation IT, LLC Sparkovation Advisors 12406 N. Mopac Exp, #250-309 Austin Tx 78758 AU 512-333-4117 [email protected] Vendor DBE Spett Solutions, Inc. 304 Raging River Rd. Cedar Park TX 78613 Austin 512-522-4686 [email protected]

VS0000015857 MDB Spire Consulting Group, LLC Spire Consulting Group, LLC Norwood Tower 114 W 7th St Ste 1300 Austin Tx 78701 AU 5126370845 5126370846 [email protected] Vendor DBE Square E Engineering, LLC 32212 Whipple Road Los Fresnos TX 78566 TXDOT 956-466-3492 956-233-4826 [email protected]

TUCP Vendor DBE Srirama, LLC 1237 E. Vine Ridge Way, #76 Murray UT 84121 TXDOT 801-209-1290 [email protected]

TUCP Vendor DBE SSN Engineering, LLC 5433 Sealine Blvd. Greenacres FL 33463 TXDOT 561-951-3864 [email protected]

TUCP Vendor DBE STANSBERRY ENGINEERING CO., INC. PO BOX 309 MANCHACA TX 78652 Austin 512-292-8000 [email protected]

TUCP Vendor DBE Steel Inspectors of Texas, Inc. 7600 Wagnon Street Fort Worth TX 76108 NCTRCA 817-246-8096 817-246-5889 [email protected]

STE8305142 MDB Steinman Luevano Structures, LLP 5901 Old Fredericksburg Rd B101 Austin Tx 78749 AU 512-891-6766 512-891-6966 [email protected] MWDB Stevens Technical Services Inc. 14922 Sandalfoot Street Houston Tx 77095 TX 7138284742 [email protected] Vendor DBE Stonebrooke Engineering, Inc. 12279 Nicollet Ave., South Burnsville MN 55337 TXDOT 952-402-9202 952-403-6803 [email protected]

TUCP Vendor DBE Straight Line Management, LLC 734 N New Braunfels, Ste 102 San Antonio TX 78202 SCTRCA 281-850-4773 210-226-2107 [email protected]

TUCP Vendor DBE Stream Water Group, Inc. 9401 LBJ Freeway, Suite 200 Dallas TX 75243 NCTRCA 972-792-0900 214-722-0707 [email protected]

V00000916229 MDB Structural Engineering Associates, Inc. 3838 Nw Loop 410 San Antonio Tx 78229 TX 210-735-9202 [email protected] MDB STRUCTURESPE L L P STRUCTURES 6926 N. Lamar Austin Tx 78752 AU 512-499-0919 512-320-8521 [email protected] WDB Studio D Consulting+Design, LLC

D Consulting and Design Po Box 340183 Lakeway Tx 78734 AU 512-970-6180 5122849651 [email protected]

TUCP Vendor DBE Sun City Analytical, Inc. 1409 Montana Avenue El Paso TX 79902 TXDOT 915-533-8840 915-533-8843 [email protected]

SUN4499350 WDB SUNLAND GROUP INC 1032 LA POSADA DR., STE. 370 Austin Tx 78752 AU 512-590-7951 512-494-0406 [email protected] Vendor DBE Surage & Associates LLC Surage & Associates, LLC 52 Tuscan Way Ste 202-212 St Augustine FL 32092 TXDOT 904-347-1811 904-347-1811 [email protected]

VC0000102925 WDB SUSAN H WELKER HARRIS WELKER ARCHITECTS 4911 Rollingwood Dr Austin Tx 78746 AU 512-329-5998 512-329-5998 MVC0000103065 WDB SUSAN ROTH CONSULTING LLC

LLC 4111 Tablerock Dr Austin Tx 78731 AU 512-796-6692 [email protected]

TUCP Vendor DBE Swayzer Engineering, Inc 3102 Maple Avenue, Suite 450 Dallas TX 75201 NCTRCA 214-880-7929 214-880-9005 [email protected]

TUCP Vendor DBE Systems Consulting, LLC PO BOX 1741, P O Box 1741 TACOMA WA 98401 NCTRCA 253-272-4550 253-272-4542 [email protected]

TUCP Vendor DBE T. Smith Inspection & Testing, LLC 7473 Airport Freeway Richland Hills TX 76118 NCTRCA 817-589-9933 817-590-4433 [email protected]

TUCP Vendor DBE TAYLOR COLLECTIVE SOLUTIONS, LLC 1524 S. IH 35, STE. 200 AUSTIN TX 78704 Austin 512-465-2162 512-465-6681 [email protected]

TUCP Vendor DBE TBey Consulting Group, Inc. 10441 North MacArthur Blvd, Ste. 384 Irving TX 75115 NCTRCA 214-674-5788 214-674-5788 [email protected]

TUCP Vendor DBE TEDSI Infrastructure Group, Inc. 1201 E. Expressway 83 Mission TX 78572 TXDOT 956-424-7898 956-424-7022 [email protected]

TUCP Vendor DBE TEI Construction & Engineering, Inc 1825 Market Center Blvd #600 Dallas TX 75207 NCTRCA 214-760-1966 214-760-1943 [email protected]

TUCP Vendor DBE Teran Group LLC 888 West Sam Houston Parkway South,

Houston TX 77042 Houston 713-244-9795 713-244-9794 [email protected]

TUCP Vendor DBE Terra Right of Way Services, LLC 3200 Rosemeade Dr, Ste 810 Fort Worth TX 76116 NCTRCA 817-713-3513 [email protected]

TUCP Vendor DBE Terradyne Engineering AUS, Inc. Terradyne AUS 350 E. Glade Rd. Euless TX 76039 Austin 512-252-1218 512-252-1219 [email protected]

VS0000011064 MDB Texas Energy Engineering Services, Inc.

Services, Inc. 1301 S. Capital Of Texas Highway Suite B-325 Austin Tx 78746 AU 512-328-2533 201 512-328-2544 [email protected] MDB Texas Engineering Solutions, LLC 3814 S. Capital of Texas Highway, Bldg. 111,

Austin Tx 78704 AU 5129040505 205 5129040509 [email protected]

TUCP Vendor DBE Texas Quality Drilling LLC TQD Group 2220 Chemsearch Boulevard, Suite 108 Irving TX 75062 NCTRCA 972-579-1465 972-579-1835 [email protected]

TUCP Vendor DBE Texas Water Engineering, PLLC 16 Pecan Gorge Ct. Sugar Land TX 77479 Houston 832-865-4979 281-491-7470 [email protected]

TUCP Vendor DBE The Aaron Group, Inc. 1266 Spring Park Dr. Atlanta GA 30311 TXDOT 404-622-4308 404-622-7638 [email protected]

V00000904885 MDB The AB&Y Group LLC Suite 306a Austin Tx 78746 AU 5127722727 5127820202 [email protected] Vendor DBE The Alex Group, LLC 2761 E. Trinity Mills Road, Suite #108 Carrollton TX 75006 NCTRCA 972-820-6400 972-820-6404 [email protected]

ARI0290800 MDB The Arizpe Group, Inc. 6330 E Hwy 290 Ste 375 Austin Tx 78723-1156 AU 512-339-3707 512-339-3709 [email protected] Vendor DBE The Burrell Group 8500 North Stemmons Freeway, Suite 5051 Dallas TX 75247 NCTRCA 214-575-7335 214-575-7336 [email protected]

TUCP Vendor DBE The Chadwell Group, L.P. dba Rooftech 1944 Handley Drive Fort Worth TX 76112 NCTRCA 817-496-4631 817-457-9946 [email protected]

TUCP Vendor DBE THE CINTMAN GROUP 2941 MAGELLAN WAY ROUND ROCK TX 78665 Austin 512-270-8906 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE The ConXsis Group, Inc 1910 McCartney Court Arlington TX 76012 NCTRCA 817-348-0060 817-469-8311 [email protected]

TUCP Vendor DBE The Fig Group, LLC 3131 RAWLINS STREET, SUITE 600 DALLAS TX 75219 NCTRCA 214-273-3231 214-219-9600 [email protected]

TUCP Vendor DBE The Greenwood Group, LLC 5920 Fallsview Lane Dallas TX 75252 NCTRCA 972-248-9626 972-818-1130 [email protected]

TUCP Vendor DBE The Murillo Company 10325 Landsbury Drive, Suite 400 Houston TX 77099 Houston 281-933-9702 281-933-1051 [email protected]

TUCP Vendor DBE The Paper Plate, Inc. 4848 South Cockrell Hill Road Dallas TX 75236 NCTRCA 972-296-7888 972-296-1233 [email protected]

TUCP Vendor DBE The Pierre Firm PLLC P.O. Box 925101 Houston TX 77292 Houston 832-224-6539 866-235-9632 [email protected]

TUCP Vendor DBE THE RIOS GROUP, INC. 7400 Sand St. Fort Worth TX 76118 NCTRCA 817-345-7500 817-345-7505 [email protected]

TUCP Vendor DBE The Rodriguez Group, Inc. 1114 E 7th Georgetown TX 78626 NCTRCA 214-738-7532 [email protected]

TUCP Vendor DBE The Thrival Company, LLC THRIVAL SCHOOL LLC 5732 GORHAM GLEN LN AUSTIN TX 78739 Austin 512-481-2123 512-301-1451 [email protected]

VS0000022046 MDB THOMPSON-HAMILTON ENGINEERING LLC ATLAS DESIGN SERVICES 283 Catalina Lane Austin Tx 78737 SL 5127911175 512-350-2641 [email protected] MDB TLC Engineering Inc. 8204 Westglen Drive Houston Tx 77063 TX 713-868-6900 7138680001 [email protected] Vendor DBE TM Source Building Group Incorporated 5601 Bridge Street, Suite 230 Fort Worth TX 76112 NCTRCA 817-832-7335 817-355-9321 [email protected]

TUCP Vendor DBE Tom Sawyer Productions, Inc. PO Box 12551 Columbia SC 29211 TXDOT 803-252-8773 815-550-1274 [email protected]

TUCP Vendor DBE Tonon USA: Engineering, Measurements, and Testing, LLC 2028 E. Ben White Blvd., Ste. 240-2660 Austin TX 78741 Austin 512-200-3051 [email protected]

TUCP Vendor DBE Torres Engineering Services, Inc. 8237 DELAFIELD DR. FORT WORTH TX 76131 NCTRCA 682-556-0848 817-345-3552 [email protected]

TUCP Vendor DBE TRACEANALYSIS, INC. 6701 ABERDEEN, STE. 9 LUBBOCK TX 79424 TXDOT 806-794-1296 806-794-1298 [email protected]

TUCP Vendor DBE TRACHMAR, LLC 2900 N. QUINLAN PARK RD., STE. B240-321 AUSTIN TX 78732 Austin 512-828-6430 512-828-7693 [email protected]

TUCP Vendor DBE Traffic Research & Analysis, Inc. 3844 East Indian School Road Phoenix AZ 85018 TXDOT 602-840-1500 602-840-1577 [email protected]

TUCP Vendor DBE TranSmart Technologies, Inc. 15 Ellis Potter Court Madison WI 53711 TXDOT 608-268-3910 608-273-4783 [email protected]

TRA7150480 WDB TRANSSOLUTIONS LLC 14600 Trinity Blvd Ste 200 Fort Worth Tx 76155-2512 TX 817-359-2950 817-359-2959 [email protected] Vendor DBE TRANSTEC GROUP, INC. 6111 BALCONES DRIVE AUSTIN TX 78731 Austin 512-451-6233 512-451-6234 [email protected]

V00000902568 MWDB TRE & Associates, LLC 110 Mesa Park Drive, Suite 200 Austin Tx 78730 AU 512-358-4049 [email protected] Vendor DBE Trending Green Consulting, LLC 6500 Pamilla Ln McKinney TX 75071 NCTRCA 214-498-1204 855-351-8706 [email protected]

TUCP Vendor DBE Trevino Engineering Support Services, LLC P.O. Box 1296 Fort Worth TX 76101 NCTRCA 817-291-4842 [email protected]

TUCP Vendor DBE TRS & I Group, Inc. P.O. Box 621851 Charlotte NC 28262 TXDOT 704-548-5370 704-548-0668 [email protected]

TUCP Vendor DBE TSG Enterprises Inc. The Solis Group 131 N. El Molino Ave., Suite 100 Pasadena CA 91101 NCTRCA 626-685-6989 626-685-6985 [email protected]

TUCP Vendor DBE Tyler Railway Signaling, LLC Tyler Railway Signaling 3533 Antilles Drive Mesquite TX 75150 NCTRCA 214-415-5501 214-579-9443 [email protected]

TUCP Vendor DBE Unicorp Services, Inc. 3026 Elm Street Dallas TX 75226 NCTRCA 214-748-2688 214-377-9212 [email protected]

UNI8318182 MWDB UNINTECH CONSULTING ENGINEERS INC 505 E. Huntland Drive, Suite 335 Austin Tx 78752 AU 512-579-0722 210-641-8279 [email protected] Vendor DBE Unintech Consulting Engineers, Inc. 2431 E. Evans Rd. San Antonio TX 78259 SCTRCA 210-641-6003 210-641-8279 [email protected]

V00000928317 MDB Universal Service Enterprises LLC 1101 Arwine Court Suite 100 Euless Tx 76040 TX 2143154786 [email protected] Vendor DBE UPARROW, L.L.C. 9639 Roarks Passage Missouri City TX 77459 Houston 832-545-4924 832-440-0335 [email protected]

TUCP Vendor DBE URBAN DESIGN GROUP 3660 STONERIDGE RD., #E101 AUSTIN TX 78746 Austin 512-347-0040 512-347-1311 [email protected]

TUCP Vendor DBE Urban Engineers Group, Inc. 8647 Wingate Dr Dallas TX 75209 NCTRCA 214-252-1600 214-252-1612 [email protected]

TUCP Vendor DBE Urban Policy Development, LLC 2526 Saint Paul St. Baltimore MD 21218 TXDOT 844-873-8483 410-234-8409 [email protected]

URB7038110 WDB UTE CONSULTANTS INC 2007 S 1st Street Austin Tx 78704 AU 512-789-5018 [email protected] Vendor DBE V & V Services, Inc P.O. Box 118112 Carrollton TX 75011 NCTRCA 972-492-7613 972-236-2027 [email protected]

VAC8317945 MDB V&A Consulting Engineers, Inc 1000 Broadway, Suite 320 Oakland Ca 94612-3592 OS 510-903-6600 510-903-6001 [email protected] Vendor DBE VAI Architects, Inc 16000 North Dallas Parkway, Suite 200 Dallas TX 75248 NCTRCA 972-934-8888 972-458-2323 [email protected]

TUCP Vendor DBE VALENZUELA PRESERVATION STUDIO, LLC 8700 Manchaca Rd., Ste. 306 AUSTIN TX 78748 Austin 512-291-8108 512-291-8108 [email protected]

TUCP Vendor DBE Vaquero Construction, Inc. 9003 KNIGHTWOOD CT. RICHMOND TX 77469 Houston 281-701-3782 281-343-0040 [email protected]

TUCP Vendor DBE VDV Concessions, LLC 4390 Lohr Road Ann Arbor MI 48108 Austin 313-909-4738 734-913-8648 [email protected]

VS0000029419 WDB VEALENZUELA PRESERVATION STUDIO LLC

Studio 4401 Hoffman Drive Austin Tx 78749 AU 512-291-8108 5122918108 [email protected] Vendor DBE Verde Environmental LLC PO Box 13226 Las Cruces NM 88013 TXDOT 575-496-0868 575-521-8260 [email protected]

TUCP Vendor DBE Verdunity, Inc. 5307 E Mockingbird Lane, 5th Floor Dallas TX 75206 NCTRCA 214-729-8733 [email protected]

VIC8311138 WDB VIC THOMPSON COMPANY VTC 3751 New York Avenue, Suite 140 Arlington Tx 76014 TX 817-557-5600 8175575602 [email protected] Vendor DBE Vicki Mallett CPA, PLLC 1713 Berkeley Drive Glenn Heights TX 75154 NCTRCA 214-695-5315 [email protected]

CLMP231 Combined COA TUCP DBE Availability List

Vendor Code DBE Vendor Name Vendor DBA Address City State Postal Code Location Phone Fax EmailTUCP Vendor DBE Vickrey & Associates, Inc. 12940 Country Parkway San Antonio TX 78216 SCTRCA 210-349-3271 210-349-2561 [email protected]

TUCP Vendor DBE Virginkar & Associates, Inc. 3350 E Birch Street, Suite 101 Brea CA 92821 NCTRCA 714-993-1000 714-993-1092 [email protected]

TUCP Vendor DBE VMO Architecture 1327 Empire Central Drive, Suite 203F Dallas TX 75247 NCTRCA 214-267-2947 214-267-2948 [email protected]

TUCP Vendor DBE VoltAir Consulting Engineers, LLC 5100 Westheimer Road, Suite 200 Houston TX 77056 Houston 888-891-9713 713-401-3181 [email protected]

TUCP Vendor DBE VRX, Inc. 2500 N. Dallas Parkway, Suite 450 Plano TX 75093 NCTRCA 972-309-9700 972-309-9701 [email protected]

TUCP Vendor DBE VSAN Consultant Engineering, PLLC. 645 W. San Antonio Street., Ste. #105 New Braunfels TX 78130 SCTRCA 830-625-8726 830-627-7171 [email protected]

TUCP Vendor DBE W&D ENTERPRISES, LLC MAVA ENGINEERING, LLC 1747 FORT GRANT DR. ROUND ROCK TX 78665 Austin 512-563-1720 512-233-5868 [email protected]

TUCP Vendor DBE W. Allen Enterprises, LLC 6312 Remington Parkway Colleyville TX 76039 NCTRCA 513-368-2969 [email protected]

TUCP Vendor DBE W. Ware & Associates, Inc 6850 Manhattan Blvd. Suite 500 Fort Worth TX 76120 NCTRCA 817-451-9273 817-496-7880 [email protected]

VS0000028307 WDB Watearth, Inc. P.O. Box 10194 Houston Tx 77206-0194 TX 832-444-0663 8005193774 [email protected] Vendor DBE Water Civil & Environmental Inc WCE Inc. 2119 North 9th Street Boise ID 83702 TXDOT 208-319-9744 208-319-9744 [email protected]

TUCP Vendor DBE WaterPlans Inc WaterPlans Inc 7005 S Spruce Dr East Centennial CO 80112 TXDOT 303-905-1378 303-905-1378 [email protected]

TUCP Vendor DBE West East Design Group, LLC 200 E. Grayson Street, Ste. 207 San Antonio TX 78215 SCTRCA 210-530-0755 210-530-1018 [email protected]

WES8311414 MDB WESTEAST DESIGN GROUP L L C 200 E Grayson St Ste 207 San Antonio Tx 78215-1267 TX 210-530-0755 210-530-9427 [email protected] Vendor DBE Word Wizards 7646 Royal Lane Dallas TX 75230 NCTRCA 214-691-8443 [email protected]

V00000929802 MWDB Workshop No.5 Po Box 300126 Austin Tx 78703 AU 5127109705 [email protected] Vendor DBE Wynndalco Enterprises, LLC 325 N. St Paul Suite 3100 Dallas TX 75201 NCTRCA 312-256-9090 312-259-9091 [email protected]

V00000935388 MWDB Xuefei Feng KWH Engineering LLC 4525 Ethridge Dr Plano Tx 75024 TX 2142885068 [email protected] Vendor DBE YES MAM! 8826 Wildwood Trail South Lyon MI 48178 SCTRCA 734-576-9663 248-486-9120 [email protected]

TUCP Vendor DBE YVONNE NEWMAN ENGINEERING, INC. 613 Shelley Park Plaza, Ste. 200 Tyler TX 75701 TXDOT 903-581-8551 903-581-8696 [email protected]

TUCP Vendor DBE Z Venture Capital Frontiers, Inc. The Payphone Company 1625 West Vernon Avenue Los Angeles CA 90062 TXDOT 323-596-4690 323-451-7153 [email protected]

TUCP Vendor DBE Zia Engineering & Environmental Consultants, LLC N/A 201 N. Church Street #300 Las Cruces NJ 88001 TXDOT 575-532-1526 575-532-1587 [email protected]

TUCP Vendor DBE ZJM Engineers, Inc. 12160 N. ABRAMS ROAD, SUITE 302 Dallas TX 75243 NCTRCA 214-217-9985 214-217-9986 [email protected]

FORM 1 Prime Firm General Information

Solicitation Number: CLMP231

Project Name: ABIA Terminal Centralized Baggage Handling System DCM

Firm Legal Name: {MUST MATCH VENDOR REGISTRATION AND BE THE EXACT LEGAL NAME}

Firm Address:

Headquarter Address if parent company address is different than firm address listed:

Telephone number:

Federal Tax ID Number:

Contact Person (Person City should contact for questions with submittal):

COA Vendor Registration Number:

Address of contact person:

Phone number of contract person:

E-mail Address of contact person:

Year of Firm's Registration with the State of Texas

Firm's Engineering/Architectural Registration Number:

If submitting as a joint venture, the following information is required for each joint venture firm.

Rev. Date 04/06/12 FORM 1 Pagelof3

FORM 1

Firm 1 Legal Name

Participating Firms Percentage of Control:

Number of Years in Business:

Organization Type:

Date of Organization (MMIYYYY):

Date of Predecessor Organization:

---------------------------------------------------------------' · Add Additional Joint Venture Firm I

Office Personnel List of Principals and Titles:

!

Name of Principal

Tit le

Personnel Other Than Principals

Total number of employees in firm

Number of registered Environmental Engineers

Number of Registered Civil Engineers

Number of other Registered Engineers

Number of other Professionals I

Number of Support Personnel I I

Rev. Date 04/06/12 FORM 1 Page 2 of 3

FORM 1

Insurance Information

Worker's Compensation and Employers' Liability Insurance

0 Yes 0 No If "yes, please state

limits.

Commercial General Liability Insurance

0 Yes D No If "yes", please state

limits.

Business Automobile Liability Insurance

0 Yes 0 No If "yes", please state

limits.

Professional Liability Insurance

0 Yes D No If "yes", please state

limits.

SUBCONSULTANT INFORMATION

Complete the MBE/WBE Compliance Plan in the MBE/WBE Procurement Program package. All subconsultant recommendations will be subject to approval by the City. If for any reason an MBE or WBE subconsultant must be replaced, the prime consultant firm will be required to make good faith efforts to replace with another MBE orWBE.

Attach a letter from each subconsultant on the proposed team, confirming that they have been contacted and are prepared to provide services for the project.

Addendum No. Date Received By

OTHER CONSIDERATIONS

Describe the quantity and nature of any work, interest in work, partnership interest, land ownership or other interest in any project, property or business dealing within the proposed project area or past or current business relationship which may give rise to a potential conflict of interest for your firm or associated firms in the execution of this project.

Rev . Date 04/06/12 FORM 1 Page 3 of 3

FORM2 AFFIDAVIT OF AUTHENTICATION

Solicitation Number: CLMP231

Project Name: ABIA Terminal Centralized Baggage Handling System DCM

Entities submitting qualification statements shall provide authentication that the electronic version (CD or flash drive) of the Statement of Qualifications is an exact duplicate of the 'Original' hard copy submittal. The City of Austin is not responsible for discrepancies between the submitting firm's electronic version and 'Original' hard copy submittal. The City of Austin reserves the right to use the electronic version as an 'Original'.

I hereby certify that the electronic version of the Statement of Qualifications submitted is an exact duplicate of the 'Original' hard copy. I understand if there are discrepancies between the hard copy 'Original' and the electronic version, we may be deemed non-responsive.

Signature:------------- Date: -----------

Printed Name: ------------

Title: ---------------

Firm/Entity: -------------

Subscribed and sworn to before me this __ day of ___ _, 20_ .

My Commission Expires _____ _ Notary Public

END

Org. Date 6/1/12 FORM 2 Page 1 of 1

FORM 3A- PRIME FIRM'S EEO PROGRAM

Solicitation Number: CLMP231

Project Name: ABIA Terminal Centralized Baggage Handling System DCM

City of Austin, Texas

NON-DISCRIMINATION AND NON-RETALIATION CERTIFICATION

To: City of Austin, Texas, (~OWNER")

I hereby certify that our firm conforms to the Code of the City of Austin, Section 5-4-2, and the City's Non-Retaliation Policy as reiterated beloy,~:

A. Chapter 5-4. Discrimination in Employment by City Contractors, Section 4-2: As an Equal Employment Opportunity (EEO) employer, the Contractor will conduct its personnel activities in accordance with established federal, state and local EEO laws and regulations and agrees:

(1) Not to engage in any discriminatory employment practice defined in this chapter.

(2) To take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without discrimination being practiced against them as defined in this chapter. Such affirmative action shall include, but not be limited to: all aspects of employment, including hiring, placement, upgrading, transfer, demotion. recruitment, recruitment advertising; selection for training and apprenticeship, rates of pay or other form of compensation, and layoff or termination.

(3) To post in conspicuous places, available to employees and · applicants for employment, notices to be provided by OWNER setting forth the provisions of this chapter.

(4) To state in all solicitations or advertisements for employees placed by or on behalf of the Contractor, that all qualified applicants will receive consideration for employment without regard to race, creed, color, religion, national origin, sexual orientation, gender identity, disability, veteran status, sex or age.

(5) To obtain a written statement from any labor union or labor organization furnishing labor or service to Contractors in which said union or organization has agreed not to engage in any discriminatory or retaliation employment practices as defined in this chapter and to take affirmative action to implement policies and provisions of this chapter.

(6) To cooperate fully with OWNER's Human Rights Commission in connection with any investigation or conciliation effort of said Human Rights Commission to ensure that the purpose of the provisions against discriminatory employment practices are being carried out.

(7) To require compliance with provisions of this chapter by all subcontractors having fifteen or more employees who hold any subcontract providing for the expenditure of $2,000 or more in connection with any contract with OWNER subject to the terms of this chapter.

Rev. Date 11/4/15 FORM 3A Page 1 of 3

B. Minimum Standard Non-Discrimination and Non-Retaliation in Employment Policy: For the purposes of this Offer and any resulting Contract, Contractor adopts the provisions of the City's Minimum Standard Non-Discrimination and Non-Retaliation Policy set forth below.

(1) As an Equal Employment Opportunity (EEO) employer, the Contractor will conduct its personnel activities in accordance with established federal, state and local EEO laws and regulations.

(2) The Contractor will not discriminate against any applicant or employee based on race, creed, color, national origin, sex, age, religion, veteran status, gender identity, disability, or sexual orientation. This policy covers all aspects of employment, including hiring, placement, upgrading, transfer, demotion, recruitment, recruitment advertising, selection for training and apprenticeship, rates of pay or other forms of compensation, and layoff or termination.

(3) The Contractor agrees to prohibit retaliation, discharge or othetWise discrimination against any employee or applicant for employment who has inquired about, discussed or disclosed their compensation.

Further, employees who experience discrimination, retaliation, sexual harassment, or another form of harassment should immediately report it to their supervisor. If this is not a suitable avenue for addressing their compliant, employees are advised to contact another member of management or their human resources representative. No employee shall be discriminated against, harassed, intimidated, nor suffer any reprisal as a result of reporting a violation of this policy. Furthermore, any employee, supervisor, or manager who becomes aware of any such iscrimination or harassment should immediately report it to executive management or the human resources office to ensure that such conduct does not continue. Contractor agrees that to the extent of any inconsistency, omission, or conflict with its current non-discrimination and non-retaliation employment policy, the Contractor has expressly adopted the provisions of the City's Minimum Non-Discrimination Policy contained in Section 5-4-2 of the City Code and set forth above, as the Contractor's Non-Discrimination Policy or as an amendment to such Policy and such provisions are intended to not only supplement the Contractor's policy, but will also supersede the Contractor's policy to the extent of any conflict.

UPON CONTRACT AWARD, THE CONTRACTOR SHALL PROVIDE A COPY TO THE CITY OF THE CONTRACTOR'S NON-DISCRIMINATION AND NON-RETALIATION POLICIES ON COMPANY LETIERHEAD, WHICH CONFORMS IN FORM, SCOPE, AND CONTENT TO THE CITY'S MINIMUM NON-DISCRIMINATION AND NON-RETALIATION POLICIES, AS SET FORTH HEREIN, OR THIS NON-DISCRIMINATION AND NON-RETALIATION POLICY, WHICH HAS BEEN ADOPTED BY THE CONTRACTOR FOR ALL PURPOSES (THE FORM OF WHICH HAS BEEN APPROVED BY THE CITY'S EQUAL EMPLOYMENT/FAIR HOUSING OFFICE), WILL BE CONSIDERED THE CONTRACTOR'S NON-DISCRIMINATION AND NON­RETALIATION POLICY WITHOUT THE REQUIREMENT OF A SEPARATE SUBMITIAL.

C. Sanctions: Our firm understands that non-compliance with Chapter 5-4 and the City's Non-Retaliation Policy may result in sanctions, including termination of the contract and suspension or debarment from participation in future City contracts until deemed compliant with the requirements of Chapter 5-4 and the Non-Retaliation Policy.

Rev. Date 11/4/15 FORM 3A Page 2 of 3

D. Term: The Contractor agrees that this Non-Discrimination and Non-Retaliation Certificate of the Contractor's separate conforming policy, which the Contractor has executed and filed with the Owner, will remain in force and effect for one year from the date of filling. The Contractor further agrees that, in consideration of the receipt of continued Contract payment, the Contractor's Non-Discrimination and Non-Retaliation Policy will automatically renew from year-to-year for the term of the underlying Contract.

Dated this ________ day of _________ ------

END

Rev. Date 11/4/15

CONTRACTOR Authorized Signature

Title

FORM 3A Page 3 of 3

FORM 38- APPENDIX A OF TITLE VI ASSURANCES

Solicitation Number: CLMP231

Project Name : ABIA Terminal Centralized Baggage Handling System DCM

During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor" agrees as follows:

1. Compliance with Regulations: The contractor (hereinafter includes Consultants} will comply with the Acts and the Regulations relative to Nondiscrimination in Federally­assisted programs of the Department of Transportation, the Federal Highway Administration, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract.

2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 40 C.F.R. part 21.

3. Solicitations for Subcontracts. Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contract for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Nondiscrimination on the grounds of race, color, or national origin.

4. Information and Reports: The contractor shall provide all information and reports required by the Acts, the Regulations and directives issued pursuant thereto, and will permit access to its book, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the Federal Highway Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor will so certify to the Recipient, or the Federal Highway Administration as appropriate, and will set forth what efforts it has made to obtain the information.

5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Recipient will impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to:

(a) withholding of payments to the contractor under the contract until the contractor complies, and or

(b) cancelling, terminating or suspending a contract, in whole or in part.

Revised 06.1 6.2017 FORM 38-TITLE VI ASSURANCES Page 1 of2

6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non·compliance: Provided, that if a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the contractor may request the United States to enter into the litigation to protect the Interests of the United States. {DOT 1050.2A, Updated DOT Standard Title VI Assurances and Non-Discrimination Provisions 10/22/2013.)

Signature:

Printed Name:

Title:

Company:

Date:

END

Revised 06.16.2017 FORM 38 · TITLE VI ASSURANCES Page 2 of2

FORM 3C- APPENDIX E OF TITLE VI ASSURANCES

Solicitation Number: CLMP231

Project Name : ABIA Terminal Centralized Baggage Handling System DCM

During the performance of this contract, the contractor (hereinafter Includes consultants), for itself, Its assignees, and successors In Interest (hereinafter referred to as the "contractor") agrees to comply with the following nondiscrimination statutes and authorities; Including but not limited to:

Pertinent Nondiscrimination Authorities:

1. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 C.F.R. Part 21.

2. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C.§ 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);

3. Federal-Aid Highway Act of 1973, (23 u.s.c. § 324 et seq.), (prohibits discrimination on the basis of sex);

4. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 C.F.R. Part 27;

5. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age);

6. Airport and Airway Improvement Act of 1982, (49 u.s.c. § 4 71, Section 4 7123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);

7. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to Include all of the programs or activities of the Federal-aid recipients, subreclplents and contractors, whether such programs or activities are Federally funded or not);

8. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability In the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as Implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38;

9. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex);

Revised 06.16.2017 FORM 3C-TITLE VI ASSURANCES APPENDIX E Page 1 of2

10. Executive Order 12898, Federal Actions to Address Environmental Justice In Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations;

11. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination Includes discrimination because of limited English proficiency (LEP).

12. To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);

13. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex In education programs or activities (20 U.S.C. 1681 et seq).

(DOT 1050.2a, Updated DOT Standard Title VI Assurances and Non-Descrlmlnation Provisions 10/22/2013)

Signature:

Printed Name:

Title:

Company:

Date:

END

Revised 06.16.2017 FORM 3C- TITLE VI ASSURANCES APPENDIX E Page 2 of2

FORM4 AFFIDAVIT OF NON-COLLUSION, NON-CONFLICT OF INTEREST AND ANTI-LOBBYING Solicitation Number: CLMP231

Project Name: ABIA Terminal Centralized Baggage Handling System DCM

State of Texas

County of Travis

The undersigned "Affiant" is a duly authorized representative of the Responder for the purpose of making this Affidavit, and, after being first duly sworn, has deposed and stated and hereby deposes and states, to the best of his or her personal knowledge and belief as follows:

The term "Respondent'', as used herein, includes the individual or business entity submitting the response and for the purpose of this Affidavit includes the directors, officers, partners, managers, members, principals, owners, agents, representatives, employees, other parties in interest of the Respondent, and anyone or any entity acting for or on behalf of the Respondent, including a subconsultant in connection with this response.

The terms "City" and "Owner'' are synonymous.

1. Anti·Collusion Statement. The Respondent has not and will not in any way directly or indirectly:

a. colluded, conspired, or agreed with any other person, firm, corporation, respondent or potential respondent to the amount of this response or the terms or conditions of this response.

b. paid or agreed to pay any other person, firm, corporation, respondent or potential respondent any money or anything of value in return for assistance in procuring or attempting to procure a contract or in return for establishing the prices in the attached response or the response of any other respondent.

2. Preparation of Invitation for Response and Contract Documents. The Respondent has not received any compensation or a promise of compensation for participating in the preparation or development of the underlying response or contract documents. In addition, the Respondent has not otherwise participated in the preparation or development of the underlying response or contract documents, except to the extent of any comments or questions and responses in the solicitation process, which are available to all respondents, so as to have an unfair advantage over other respondents, provided that the Respondent may have provided relevant product or process information to a consultant in the normal course of its business.

3. Participation in Decision Making Process. The Respondent has not participated in the evaluation of responses or proposals or other decision making process for this solicitation, and, if Respondent is awarded a contract hereunder, no individual, agent, representative, consultant or sub contractor or consultant associated with Respondent, who may have been

Org. Date 6/1/12 FORM4 Page 1 of3

FORM4

involved In the evaluation or other decision making process for this solicitation, will have any direct or indirect financial interest in the Contract, provided that the Respondent may have provided relevant product or process information to a contractor or another consultant in the normal course of its business.

4. Present Knowledge. Respondent is not presently aware of any potential or actual conflicts of interest regarding this solicitation, which either enabled Respondent to obtain an advantage over other Respondents or would prevent Respondent from advancing the best interests of OWNER in the course of the performance of the Contract.

5. City Code. As provided in Sections 2-7-61 through 2-7-65 of the City Code, no individual with a substantial interest in Respondent is a City official or employee or is related to any City official or employee within the first or second degree of consanguinity or affinity.

6. Chapter 176 Conflict of Interest Disclosure. In accordance with Chapter 176 of the Texas Local Government Code, the Respondent:

a. does not have an employment or other business relationship with any local government officer of OWNER or a family member of that officer that results in the officer of family member receiving taxable income;

b. has not given a local government officer of OWNER one or more gifts, other than gifts of food lodging transportation or entertainment accepted as a guest, that have an aggregate value of more than $250 in the twelve month period preceding the date the officer becomes aware of the execution of the Contract or that OWNER is considering doing business with the Respondent.

As required by Chapter 176, Respondent must have filed a Conflicts of Interest Questionnaire with the Purchasing Department no later than the seventh business day after the commencement of contract discussions or negotiations with the City or the submission of a Response, response to a request for proposals, or other writing related to a potential contract with OWNER. The questionnaire must be updated not later than the seventh day after the date of an event that would make a statement in the questionnaire inaccurate or incomplete. There are statutory penalties for failure to comply with Chapter 176.

7. Anti-Lobbying Ordinance. As set forth in Attachment 2 of the solicitation documents, between the date that the Invitation for Response was issued and the date of full execution of the Contract, Respondent has not made and will not make a representation to a member of the City Council, a member of a City Board, or any other official, employee or agent of the City, other than the authorized contact person for the solicitation, except as permitted by the Ordinance

If the Respondent cannot affirmatively swear and subscribe to the forgoing statements, the Respondent shall provide a detailed written explanation in the space provided below or, as necessary, on separate pages to be annexed hereto.

Org. Date 06/01/2012 FORM4 Page 2 of 3

FORM4

Signature. _______________ Date:

Printed Name:

Title:

Firm/Entity:

Subscribed and sworn to before me this __ day of 20_.

My Commission Expires------Notary Public

RESPONDENT'S EXPLANATION:

Include the entire Affidavit, Pages 1-3.

END

Org. Date 06/01/2012 FORM4 Page 3 of 3

FORMS AFFADAVIT OF AVAILABILITY Solicitation Number: CLMP231

Project Name ABIA Terminal Centralized Baggage Handling System DCM

Entities submitting qualification statements, including prime firms and subconsultants, shall have adequate current staff {including professionals registered in applicable fields, other professionals, and technicians) to competently and efficiently perform the work. The prime firm and subconsultants must commit that staff proposed in this submittal will be available to perform the proposed work within the anticipated project schedule.

In addition, prime firms who list individuals in Consideration Item 4 - Experience of Key Personnel must commit that those individuals are indeed employed by the prime firm and are not contracted employees. Prime firms who use an affiliated firm to hire staff on behalf of the prime firm must inform the City of this fact in its executive summary and explain the affiliated relationship involved between the two firms.

I hereby certify that our staff and the staff of our subconsultants proposed in this submittal are available to perform the proposed work in a competent and efficient manner. In the event an individual proposed in this submittal is not available, I understand that after contract award we will be required to submit a change request with an individual equally or more qualified, which is subject to review and approval by the City. In the event the City does not approve the change request, I understand our firm will no longer be awarded the contract. I hereby certify that the individuals listed in Consideration Item 4 - Experience of Key Personnel are employed by the prime firm and are not contracted employees.

Signature:

Printed Name:

Title:

Firm/Entity Name:

Subscribed and sworn to before me this

Notary Public

END

Rev. Date 4/10/15

Date:

day of ,20

My Commission Expires

FORM 5 Page 1 of 1

FORM6 AFFIDAVIT OF CONTRACT EXECUTION Solicitation Number:CLMP231

Project Name: ABIA Terminal Centralized Baggage Handling System DCM

Entities submitting qualification statements shall be prepared to be responsive to City staff following Council award in providing documents required for contract execution, including but not limited to insurance, corporate resolution, hourly rate information and non-discrimination policy. The prime firm must commit to meeting schedules and deadlines set by City staff in order to execute the contract in a timely manner. We anticipate contract execution on or before December 2017

I hereby certify that following Council award, our firm will be responsive to City staff in submitting the required documents by the deadlines set forth by City staff. I understand that if we do not meet this requirement, contract negotiations will cease. I also understand if we do not submit this completed form with our Statement of Qualifications, we may be deemed non­responsive.

Signature: ____________ _ Date:-----------

Printed Name: ___________ _

Title:---------------

Firm/Entity:-------------

Subscribed and sworn to before me this __ day of _ __ ...., 20_.

My Commission Expires _____ _ Notary Public

END

Org. Date 6/01/12 FORM6 Page 1 of 1

FORM7 EXPERIENCE OF PROJECT MANAGER

Solicitation Number: CLMP231 Project Name: ASIA Terminal Centralized Baggage Handling System DCM

Firm Name:

*Name of Project Manager:

Current Years of Experience:

Registration Number:

Year of Registration:

•[If licensed, list name as shown on registration with Texas Board of Professional Engineers (TBPE) or Texas Board of Architectural Examiners (TBAE))

{The following information is required for each project. Provide no more than one page per project. Refer to the Evaluation Criteria for the number of projects required and timeframe.)

Project Name/location:

Firm Name Work Performed Under:

Year Completed:

Construction Cost:

Name of Client/Owner's Representative:

Title of Client/Owner's Representative

Address of Client/Owner's Representative:

Phone number of Client/Owner's Representative:

Project Description:

Work performed by Individual:

Add Another Project

Org. Date 6/01/12 FORM7 Page 1 of 1

FORMS EXPERIENCE OF AIRPORT SYSTEMS ENGINEER

Solicitation Number: CLMP231

Project Name: ABIA Terminal Centralized Baggage Handling System DCM

Firm Name:

*Name of Project Engineer

Current Years of Experience:

Registration Number:

Year of Registration:

*[List name as shown on registration with Texas Board of Professional Engineers (TBPE) or Texas Board of Architectural Examiners (TBAE)]

(The following information is required for each project. Provide no more than one page per project. Refer to the Evaluation Criteria for the number of projects required and timefrome.)

Project Name/Location:

Firm Name Work Performed Under:

Year Completed:

Construction Cost:

Name of Client/Owner's Representative:

Title of Client/Owner's Representative:

Address of Client/Owner's

Project Description:

Work performed by Individual:

Add Another Project

Org. Date 6/01/12 FORMS Page 1 of 1

FORM9 EXPERIENCE OF PROJECT PRINCIPAL

Solicitation Number:CLMP231 Project Name: ABIA Terminal Centralized Baggage Handling System DCM

Firm Name:

Project Principal

Current Years of Experience

(The following information is required for each project. Provide no more than one page per project. Refer to the Evaluation Criteria for the number of projects required and timeframe.)

Project Name/Location:

Firm Name Work Performed Under:

Year Completed:

Construction Cost:

Name of Client/Owner's Representative:

Title of Client/Owner's Representative:

Address of Client/Owner's Representative:

Phone number of Client Owner's Representative:

Project Description:

Work performed by Project Principal:

Add Another Project

Org. Date 6/01/12 FORM9 Page 1 of 1

FORM 10 PRIME FIRM'S COMPARABLE PROJECT EXPERIENCE

Solicitation Number: CLMP231 Project Name: ABIA Terminal Centralized Baggage Handling System DCM

I Firm Name:

(The following information is required for each project. Provide no more than one page per project. Refer to the Evaluation Criteria for the number of projects required and timeframe.)

Project 1

Project Name/location:

Date Completed: Month/Year:

Client or Owner's Representative

Construction Cost:

Project Description:

Services Provided:

Add Another Project

Org. Date 6/01/2012 FORM 10 Page 1 of 1

FORM 11 MAJOR SCOPES OF WORK - COMPARABLE PROJECT EXPERIENCE

Solicitation Number:CLMP231

Project Name: ASIA Terminal Centralized Baggage Handling System DCM

Scope of Work:

Firm Name:

(The following information is required for each project. Provide no more than one page per scope of work per firm. Refer to the Evaluation Criteria for the number of projects required and timeframe.)

Project 1

Project Name/Location:

Date Completed: Month/Year:

Name of Client or Owner's Representative

Construction Cost:

Project Description:

Services Provided:

Add Another Project

Rev. Date 7/11/12 FORM 11 Page 1 of 1

Attachment 1 Guide for Development of Design Criteria Manual For a Design-Build Solicitation

    1 | P a g e  

 

PURPOSE FOR DESIGN CRITERIA MANUAL (Pre‐Programming Phase): 

Pursuant to Texas Government Code 2269, a design criteria manual (DCM) is required for incorporation 

into a Design‐Build solicitation.  The DCM helps to ensure that consistent, safe and up‐to‐date design 

practices will be used on all Design‐Build projects.  It is used in development of the evaluation criteria 

for which best value selection of a design‐build firm is based.  The DCM is a formal statement of project 

requirements the design‐build firm will use in its response to the City’s Request for Qualifications. 

Its purpose is to provide a historical background leading to the need of a project, provide user input on 

usage of the new facility, develop patterns of relationships and functions within an organization, 

evaluate the best technology available, identify any potentially hazardous materials on an existing site 

for development, possible future growth needs and provide information about City standards.  It should 

consider public safety, health and welfare, as well as the cost effectiveness (life cycle cost) and benefits 

derived by the establishment of a project.  Additionally, the DCM provides a detailed conceptual project 

estimate which can be inclusive of all associated City cost to create an effective budget for allocation of 

funds and project cost management. 

While a Design Criteria Manual is essential for a Design‐Build project, it is an effective tool for management of any facilities design and construction projects.  The outline below is a very comprehensive list and all items listed may not be appropriate or applicable for every design‐build project.     

GENERAL OUTLINE FOR THE DESIGN CRITERIA MANUAL AND RECOMMENDED TABLE OF CONTENTS: 

TABLE OF CONTENTS  

1. Executive Summary a. DCM Purpose b. Background & Project Description c. Concept Collaboration 

i. Examine key concepts that will be referred to throughout the book, such as working together, partnership, and collaboration. 

ii. Use a concept analysis framework to analyses and explore key concepts and outline their distinguishing features. 

iii.  Highlight similarities and differences between the concept of collaboration and the concept of partnership and contextualize these differences within the current health and social policy agenda. 

iv. Discuss the implications of partnership and collaboration for effective working together and how they are understood and operationalized by professionals from different agencies. 

d. Possible Additional Project Scope e. General Project Location (Map Location, in relationship to downtown Austin) f. (Steps following Selection of the Design‐Builder) 

2. Approval  a. DCM Development and Approval Process 

Attachment 1 Guide for Development of Design Criteria Manual For a Design-Build Solicitation

    2 | P a g e  

 

b. DCM Approval (Signature Page) 3. Design Criteria Manual Contributors  

a. Sponsor Department (Client) b. City of Austin – Public Works c. City of Austin – Contract Management Department 

i. Contract Procurement ii. Contract Management (Alt. Delivery) iii. Contract Administration (Wage Compliance) 

d. Risk Management (ROICP – Insurance & Safety) e. Design Criteria Manual Preparation team 

i. Exclusion Notice 4. Space/ Adjacency Analysis and Requirements 

a. Design Strategies b. Special Requirements 

5. Site Analysis a. Project Site Plan(Area Map) b. Summary Description 

i. Location Plan  ii. Description  iii. Additional Site Requirements iv. Utility Meters and Service Line 

c. Existing Site Surveys & Analysis i. Site Plan ii. Site Information 

d. Site Development Requirements i. Deeds ,  Legal Restrictions and/or Lease Agreements ii. Utilities iii. Storm Water iv. Site Amenities v. Exterior Signs (Wayfinding & Advertising) vi. Community Involvement vii. General Development Considerations 

1. Building Setback Lines 2. Building Frontage Lines 3. Height Restrictions 4. Noise Exposure 5. Security 6. Pavement Requirements 7. Public Access 

viii. Other items…..? e. Existing Facilities Information 

i. Feasibility Studies ii. Facilities Inventory 

1. Furniture, Fixture and Equipment 2. Systems (i.e. HVAC, Cable, Security, etc…) 3. Program Design Goals 

f. General Guidelines i. People Experience/Environment 

Attachment 1 Guide for Development of Design Criteria Manual For a Design-Build Solicitation

    3 | P a g e  

 

ii. Operation Efficiency iii. Sustainable Design (LEED practices) 

g. General Design Standards i. Aesthetics ii. Acoustics iii. Landscaping iv. Equipment v. Communications vi. Security  vii. Refuse 

h. Structural Standards i. Minimum Design Loads ii. Lateral Design Loads iii. Handrails and Guards iv. Special Loads v. Live Load Reduction vi. Deflection Criteria vii. Floor Vibration Criteria viii. Floor Flatness and Levelness Criteria ix. Expansion Joints x. Foundations xi. Foundation Excavation and Retention xii. Slab of Grade xiii. Structural Test and Special Inspections xiv. Blast Loads 

i. Architectural Standards i. Exterior Finishes and Materials ii. Interior Finishes and Materials iii. Ceilings iv. Flooring v. Thermal & Moisture Protection vi. Wall coverings vii. Doors & Windows viii. Signage and graphics ix. Roofing Systems x. Lighting xi. Conveyances xii. Art in Public Places (AIPP) – City of Austin Requirement xiii. Other 

j. Mechanical Standards i. Applicable codes and criteria ii. HVAC design calculations iii. HVAC system selection criteria –Airside iv. Heating systems v. Piping systems – basic requirements vi. Air distribution system vii. Insulation 

viii. Other

Attachment 1 Guide for Development of Design Criteria Manual For a Design-Build Solicitation

    4 | P a g e  

 

k. Plumbing Standards. i. Applicable codes and criteria ii. Plumbing Design Scope iii. Plumbing Fixtures Trim and Equipment iv. Other 

l. Fire Protection Standards i. Applicable codes and criteria ii. Fire Extinguishers iii. Automatic Sprinkler and Standpipe Systems iv. Fire Alarm System v. Other 

m. Electrical Standards i. Applicable codes and criteria ii. Power Calculations iii. Lighting Calculations iv. Raceways and Wiring v. Lightning protection System vi. Receptacle Circuits vii. Power Monitoring and Metering viii. Electrical rooms and closet ix. Electrical Equipment x. Lighting fixtures xi. Ballasts xii. Lighting Control xiii. Other 

n. Telecommunications i. Applicable codes and criteria ii. Cable pathways, wiring, Cables and Infrastructure iii. Special telecommunication systems iv. IT space requirements v. Security & Access control vi. Dynamic Signage and Visual Paging vii. PA,CCTV and Satellite Distribution viii. System Power Requirements ix. Other 

o. Critical Design Issues p. Sustainable Design and Energy Efficiency q. Roles, Responsibilities, and Project Phasing r. Detailed Design & Construction Phasing/Planning 

i. Recommended Performance Schedule  s. Detailed Conceptual Project Estimate