Release Date: July 13, 2018 Proposal Due Date: August 3, Page 1

Similar documents
Caledonia Park Playground Equipment

2900 Mulberry Ave Muscatine, Iowa (563) Request for Proposal (RFP) Professional Architecture / Engineering Services

City of Arlington, Texas LOCAL & MWBE POLICY

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

Disadvantaged Business Enterprise Supportive Services Program

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

LEGAL NOTICE Request for Proposal for Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Architectural Services

C (Procedure) Small, Minority, Women and Veteran Owned Business Enterprise Program PURPOSE DEFINITIONS

Request for Proposal (RFP)

Request for Proposals

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

AGREEMENT BETWEEN: LA CLÍNICA DE LA RAZA, INC. AND MOUNT DIABLO UNIFIED SCHOOL DISTRICT

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

CITY OF FLORENCE, SC REQUEST FOR PROPOSALS (RFP) No FLORENCE COMMUNITY BRANDING REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

URBAN DEVELOPMENT CORPORATION INFORMATION MEMORANDUM GREEN GROTTO CAVES VIDEO AND PHOTOGRAPHY

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT

Request for Proposals (RFP) for Professional Design and Engineering Services

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Redevelopment Authority of Allegheny County

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

City of Arlington, Texas

Legal Aid Workshop Trainer

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

City of Malibu Request for Proposal

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Energy Efficiency Programs Process and Impact Evaluation

REQUEST FOR PROPOSAL

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Hospital Safety Net Grant Program

Request for Proposal. Parenting Education

Exhibit A. Purchasing Department School District of Osceola County, Florida

WAYNE COUNTY REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

COMMUNITY ACTION CORPORATION OF SOUTH TEXAS COMPETITIVE PROPOSAL TEEN PREGNANCY PREVENTION IMPLEMENTATION EVALUATION PROPOSALS DUE: May 26, 2017

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

SONOMA COUNTY JUNIOR COLLEGE DISTRICT. RFQ #1054 for Engineering & Design Services For Districtwide Energy Management/Sustainability Projects

Agency of Record for Marketing and Advertising

REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Tulsa Development Authority. Request for Proposal

REQUEST FOR PROPOSALS FOR CONCERT PRODUCTION SERVICES. SUBMITTAL DUE DATE: Tuesday, April 26, 2016 at 4:00pm Central Standard Time.

Tulsa Development Authority. Request for Proposal

Request for Proposals

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS. Architectural Services for Conceptual Design. Maplewood Memorial Library 51 Baker Street Maplewood, NJ 07040

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Request for Proposal. Independent Living

Issued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018

ARCHITECTURAL SERVICES COLLEGEWIDE

Blue Jeans Go Green UltraTouch Denim Insulation Grant Program OFFICIAL GRANT APPLICATION GUIDELINES

Time is of the essence, and any proposal received after the announced time and date for submittal will not be considered.

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

Proposals must be received by the University in pdf format no later than June 16, 2011 at 5:00pm CST.

County of Alpena Website Design and Development RFP

Request for Proposal. Interpretation/Translation Services

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

REQUEST FOR APPLICATIONS

REQUEST FOR PROPOSAL City of Middletown, Middletown, CT. RFP # DECD Brownfield Assessment Program

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

APPLICATION FOR EMPLOYMENT

REQUEST FOR PROPOSALS For Design Services for New Fire Station

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

County Transportation Infrastructure Fund Grant Program Implementation Procedures

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

REQUEST FOR PROPOSALS for SUSTAINABLE DESIGN REVIEW SERVICES

GOODWILL YOUTHBUILD GED/High School Education Instruction

APPLICATION

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)

Collaborative Operations and Services Grant Program GUIDELINES Revised January 15, 2014

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT

Transcription:

Release Date: July 13, 2018 Proposal Due Date: August 3, 2018 Page 1

Table of Contents Page 3 Page 4 Page 4 Page 5 Page 7 Page 8 Page 9 Page 10 General Information Additional Provisions Prohibited Conditions Process Overview, Objectives and Evaluation Protocol General Conditions and Stipulations Instructions Request for Proposal Historically Underutilized Business Questionnaire Page 2

GENERAL INFORMATION Request for Proposal Notice: Bluebonnet Trails Community Mental Health and Mental Retardation Center d/b/a Bluebonnet Trails Community Services (BTCS) requests proposals for the provision of Architectural Services resulting in a detailed campus plan for the LifePark Center to be located on 10.25 undeveloped acres at the intersection of Carlos Parker Loop and Mallard Lane, 714 NW Carlos G. Parker Blvd., Taylor, Williamson County, Texas. Requested Service: BTCS is seeking a contract partner to provide architect services anticipated to be provided in phases. Phase One includes complete design specifications, engineering, plumbing and electrical drawings of the new facility Phase Two includes consulting with the selected construction manager at-risk and building contractor(s). The successful response to this inquiry will provide separate plans and costs for Phase One and Phase Two. Background Information BTCS is acting as the fiscal agent for the initial planning for the development and construction of the LifePark Center facility. BTCS is the local mental health and mental retardation authority for Williamson County. For the purpose of this RFP, the primary office for meetings will be in Taylor, Texas. As BTCS receives federal and state financial assistance through legislated awards with the Health and Human Service Department, Phase One of the project is fully funded through House Bill 13 funds; Phase Two will be supported by foundation donations. Williamson County Project Location: 714 NW Carlos G. Parker Blvd., Taylor, Texas 78664 Scope: The proposed facility in Taylor will be a multi-agency complex meeting the social determinants of health needs of families residing in Eastern Williamson County. The facility campus will reside on 10.25 acres of undeveloped farm land located on the Carlos Parker Loop. The design of the facility will promote an engaging atmosphere for family members of all ages and abilities to include, but not be limited to: welcoming information desk; industrial kitchen; food distribution point and truck docking for the Central Texas Food Bank; café; large auditorium offering flexible use as gym; offices, classrooms and conference spaces meeting the needs of the campus partners; comfortable covered and open outdoor spaces; walking trail; community garden; accessible and safe parking plan; and play area with soccer field. Estimated Size: 45,000 square feet understanding efficient use of space will impact this estimate Budget: The comprehensive budget for the architectural, engineering, construction and permitting services for this project is $9M. Funding: The successful proposal will be funded through Phase One while foundation dollars are sought for Phase Two. BTCS will act as fiscal agent for Phase One funding the successful architectural plan through a Texas Health and Human Services Commission award via House Bill 13 legislation. Page 3

Procedures for Submitting Proposals Proposals will be accepted by email to the following address contracts@bbtrails.com. It is the responsibility of the Vendor for the proposal to be submitted to the Contracts Management office. The proposal is not considered received until it in the possession of Contracts Management. Proposal must be received no later than August 3, 2018 by 3:00 pm By due date, proposals must be electronically submitted to: contracts@bbtrails.com On the Subject line for the electronic submission, proposals should be clearly marked as Response to LifePark Center RFP. The time on the received email will be considered the time submitted. Questions concerning the proposal process may be directed to Tiffany Price, Director of the LifePark Center at tiffany.price@bbtrails.org. ADDITIONAL PROVISIONS Historically Underutilized Businesses BTCS is committed to promoting full and equal opportunities for all businesses. In order for BTCS to promote these opportunities and as part of its good faith effort, it is important to identify Historically Underutilized Businesses (HUB). HUBs are defined as for-profit corporation, sole proprietorship, partnership, or joint venture in which 51% of all classes of the shares of stock or other equitable securities are owned by one or more persons have been historically underutilized (socially disadvantaged) because of their identification as members of the following groups; Black American, Hispanic American, Asian American, Pacific American, Native American, and Women. These persons must have a proportionate interest and demonstrate active participation in the control, operation, and management of the business. Proposal Respondents must include answers to the HUB questionnaire attached to this RFP. PROHIBITED CONDITIONS Prohibition Against Personal Interest in Contracts Employees and officers of BTCS and its contractors and subcontractors must not participate in the selection, award or administration of a contract paid with funds received from or through BTCS if a conflict of interest, real or apparent, is involved. A conflict of interest arises any time such an employee or officer has a financial interest or other interest, e.g. dual employment, in the entity selected for an award, and the existence of such conflict of interest will result in a voided contract. BTCS s Code of Conduct will apply to this proposal. By submitting the proposal, the Vendor certifies that there is no conflict of interest in performing the duties listed in the proposal and; is an authorized agent of the Vendor; and is not currently employed by BTCS; and Page 4

has not offered or provided any gifts or gratuities to any employees in the decision making process of BTCS or a Board member of BTCS; and is not related within the second degree of consanguinity or affinity to an employee in the decision making process which is currently employed by BTCS or a Board Member of BTCS. Gratuities BTCS may, by written notice to the Vendor, cancel this contract without liability to the Vendor if it is determined by BTCS that the Vendor or its agent gave, offered to give or intends to give at any time hereafter any economic opportunity, future employment, gift, gratuity, special discount, trip, favor or service to a public servant in connection with the quote, proposal, or offer. Collusion Vendor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission percentage, brokerage, or contingent fee except bona fide established commercial or selling agencies maintained by the Vendor for the purpose of securing businesses and disclosed to BTCS prior to the date of this contract. For breach of this warranty, BTCS may, in addition to another rights it may have, deduct from the contract price or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee, or cancel this contract. Advertisement Vendors are prohibited from using contract award information, sales values/volumes and/or BTCS consumers in sales brochures or other promotions, including press releases, unless prior written approval is obtained from BTCS. Funding Out If applicable, the Purchase Order or contract is made contingent upon the continuation of federally funded programs, or upon the continued availability of state or local funds to cover the full term and cost of this contract. This contract is subject to cancellation, without penalty, either in whole or in party, if funds are not appropriated. In this instance, BTCS may cancel this contract, by giving thirty (30) days written notice to the Vendor. PROCESS OVERVIEW, OBJECTIVES AND EVALUATION PROTOCOL BTCS reserves the right to accept or reject any or all proposals and to waive formalities and select the service Vendor that best meets the needs of BTCS and its employees. BTCS s objective is to select a service Vendor who will provide the best possible service at the best possible cost while meeting Proposal requirements. BTCS is not obligated to award the contract based on cost alone. During the evaluation process, BTCS reserves the right, where it may serve its best interest, to request additional information or clarifications from Vendors, or to allow corrections of errors or omissions. At the discretion of BTCS, firms submitting proposals may be requested to make oral presentations or web based demonstrations as part of the evaluation process. Page 5

BTCS with the LifePark Center Board of Trustees reserves the sole right to evaluate the qualifications submitted, waive any irregularities, reject any respondent s proposals and select the firm that, in its judgment, will provide the most satisfactory service. Timeline Responses are due by August 3, 2018. BTCS expects to make a Vendor recommendation for approval to the LifePark Center Board of Trustees on August 9, 2018. A mutually agreed upon implementation date will be selected by the Vendor and BTCS. The following table outlines BTCSs anticipated schedule. Dates are subject to change. RFP ISSUED July 13, 2018 RFP Due August 3, 2018 Review of Proposals and Interviews with Vendors August 3, 2018 August 8, 2018 Final Vendor Selection for LifePark Center August 9, 2018 Approval Completion Date for Phase One Architectural September 28, 2018 Plan Objectives Through the procurement of architectural services for the development of the LifePark Center campus, BTCS seeks an architectural firm successfully able to respond to Phase One and Phase Two of the LifePark Center project as noted below: Proposal for Phase One: 1. By September 28, 2018, develop comprehensive architectural rendering of the campus on the 10 acres and building documents associated with LifePark Center. Communication will be through an interview process directed by the successful Vendor with the Board and Center Director of LifePark Center to ensure needs and insights are captured within the initial plan for the campus. 2. This comprehensive building documents and plan will sufficiently achieve specifications to address permitting requirements with the City of Taylor. The successful Vendor will work with the Board and Center Director in discussions with the City of Taylor and funders. 3. Ensure an LEED compliant energy efficient focus uniquely fostering an environmentally sound and sustainable campus. 4. Ensure a complete set of drawings including campus and comprehensive building plan meets the needs of all parties supporting the LifePark Center. 5. Ensure accurate and adequate reporting to the Williamson County Community Development Administrator supporting compliance with the David-Bacon regulation requirements of the CDBG funding received from the County. Proposal for Phase Two: 1. Provide proposal for project management; description of how timeline will be managed; and payment structure for development and construction phase. Functional Priorities Page 6

The successful vendor will provide a solution for the above stated objectives with distinct plans for Phase One and Phase Two. Evaluation Criteria This RFP is not intended to favor any vendor. It is solely designed to provide the best value to LifePark Center in meeting organization and campus needs. The LifePark Center evaluation team will present the recommendation to the LifePark Center Board of Trustees. The evaluation team will review each proposal based on the following criteria: Qualifications, Background, Experience of Bidder - (30%) Each vendor will be asked to respond to the Vendor Organization Information questionnaire outlined in this RFP. Proposed Provided Products and Services - (30%) Each vendor will be asked to respond to the Business Questionnaire outlined in this RFP. Time Frames and Costs for Phase One and Phase Two - (30%) The evaluation team will be looking for the best value in terms of staying on the established scheduled and on or under budgeted expenses. The successful Phase One Plan completion date will be September 28, 2018, as noted within the Timeline, above. The successful Phase Two plan will offer (1) a narrative of the project management plan; along with (2) a general schedule for development, permitting and construction based on projected timeframes (numbers of weeks/months rather than dates) for completion of proposed tasks; and (3) the payment structure requested by the vendor. It is acknowledged that the timeline informs the review of the project management style of the applicant, is for informational purposes only, will be dependent funding and an approved plan by the LifePark Center Board of Trustees. References - (10%) The evaluation team will be looking for qualitative details from the listed applicable references. GENERAL CONDITIONS AND STIPULATIONS Indemnification and Workers Compensation The Proposer agrees that if the contract is awarded to their organization, the organization shall defend, indemnify and hold harmless BTCS, its officials, agents, and employees from and against all claims, damages, losses, and expenses, including attorney fees, arising out of or resulting from the Proposer s acts or omission in the performance of the duties required under the contract. Independent Contractor It is agreed that nothing herein contained is intended or should be construed in any manner as creating or establishing the relationship of co-partners between the parties hereto or as constituting the Service Vendor as the agent, representative or employee of BTCS for any purpose or in any manner whatsoever. The Vendor is to be and shall remain an independent contractor with respect to all services performed under this contract. The Vendor represents that it has, or will secure at its Page 7

own expense, all personnel required in performing services under this contract. Any and all personnel of the Vendor or other persons while so engaged, and any and all claims whatsoever on behalf of any such person or personnel arising out of employment or alleged employment including, without limitation, claims of discrimination against the Vendor, its officers, agents, contracts or employees shall in no way be the responsibility of BTCS; and the Vendor shall defend, indemnify and hold BTCS, its officers, agents, and employees harmless from any and all such claims regardless of any determination of any pertinent tribunal, agency, board, commission or court. Such personnel or other persons shall not require nor be entitled to any compensation, rights or benefits of any kind whatsoever from BTCS, including, without limitation, tenure rights, medical and hospital care, sick and vacation leave, Workers Compensation, Unemployment Compensation, disability, and severance pay. Audit The proposers agree to present an independent 3 rd party audit of their books, records, documents, and accounting procedures and practices, if required and requested. Nondiscrimination In the performance of this contract, the Successful Proposer shall not discriminate on the grounds of or because of race, color, creed, religion, national origin, sex, marital status, and status with regard to public assistance, disability, sexual orientation, or age against any of its employees, subcontractors or applicants for employment. The Successful Proposer shall include a similar provision in all contracts with subcontracts to this contract. Miscellaneous The proposer agrees to at all times observe and comply with all relevant laws, ordinances, regulations, and codes of the federal, state, and local government which may in any manner affect the preparation of proposals or the performance of the contract. Specific to this project will be experience and ability to comply with the Davis-Bacon regulation reporting to Williamson County Community Development Administrator. INSTRUCTIONS Within the guidelines of this RFP, vendors may respond to the Request for Proposal by completing the information requested below including the Vendor Organization Information and Historically Underutilized Business Questionnaire. Responses may be typed directly on the electronic version of the RFP and returned with attachments and electronically submitted by the due date to the designated email address. Page 8

Request for Proposal: LifePark Center Taylor, Texas Vendor Organization Information 1) Give a brief description of your organization s legal structure, mission and business model. Indicate whether the business is a parent or a subsidiary in a group of companies. 2) How long in this line of business? 3) Where is your company headquartered? 4) Do you have local branch offices near Taylor, Texas? 5) What is your philosophy in working with multiple agency representatives to derive a meaningful plan for the campus? 6) How do you distinguish yourself from the competition? 7) How many current customers do you have? In the last 10 years, how often have your customers returned to your firm with additional projects? How many customers have terminated their contract with you? 8) Has the company incurred an operating loss during the last 10 years of operation? 9) How many employees do you have? 10) Who will be the lead on this project? What is the availability of the lead? Business Questionnaire 1) Describe your services as they relate to similar projects collaborating with multiple agencies for a successful outcome for a single campus. 2) Describe your experience with building design and drawing. 3) Describe your experience working with general building contractors. 4) Describe your experience designing successful systems for rain water collection, solar and wind. 5) Describe your experience working with the City of Taylor and Williamson County. 6) Provide a list of recent clients and completed projects within LEED requirements along with descriptions, drawings and photographs. References 1) List any relevant clients within the same social services/healthcare industry and similar facility size. Provide contact information for at least three organizations. 2) List all clients for whom you have completed projects in Taylor or Eastern Williamson County within the last 10 years. Provide contact information for these organizations. Pricing 1) Describe project pricing for both Phase One and Phase Two as described within the RFP. 2) Describe any items requiring additional fees and the estimated cost for those additional services. 3) Describe how your standard contract is structured. Please provide a copy of your standard contract template. Page 9

Historically Underutilized Business Questionnaire Historically Underutilized Businesses are defined as for-profit corporation, sole proprietorship, partnership, or joint venture in which 51% of all classes of the shares of stock or other equitable securities are owned by one or more persons who have been historically underutilized (socially disadvantaged) because of their identification as members of the following groups: Black American, Hispanic American, Asian American, Pacific American, Native American, and Women. These persons must have a proportionate interest and demonstrate active participation in the control, operation, and management of the business. 1. Structure of Business: Sole Proprietorship; Partnership; Corporation; Limited Liability Partnership; or Joint Venture 2. Which group best describes the owner or primary stockholder (51%) of the firm which demonstrates active participation in the control, operation, and management of the firm s business affair. Black American: Female Male Hispanic American: Female Male Asian Pacific American: Female Male American Woman Other: 3. Contractor is eligible to do business in the State of Texas. YES NO 4. Is this company a Foreign Owned Corp.? YES NO 5. Has your business or any of its owners ever been denied HUB certification by any organization? YES NO If NO, please describe: 6. Are you a certified Historically Underutilized Business by any Federal or State Agency, city, county, or government entity? YES NO Page 10