SUBCONTRACTOR STATEMENT OF QUALIFICATIONS

Terminal 1 Center Renovation Project

San Francisco International Airport

GENERAL INFORMATION

Hensel Phelps is seeking Statement of Qualifications from prospective Subcontractors to bid the Stage 1 - Construction Logistics SupportPackage(s) that is part of the “Terminal 1 Center Renovation Project” at San Francisco International Airport, San Francisco, CA.

The SFIA Terminal 1 Renovation Project consists of demolition and rebuilding of the existing terminal with structure added to the original footprint. The project is to be designed and constructed to meet LEED Gold certification v4. Construction will be phased in order to keep portions of the airport operational and passenger movement uninterrupted. SFIA Terminal 1 Center Renovation Project construction value range is anticipated at $1,000,000,000 to $1,200,000,000.
Bid Package 3.13 – Stage 1 - Construction Logistics Support
TheStage 1 - Construction Logistics Support scope of services consists of providing up to (4) Group 3 Laborers and up to (2) Carpenters comprised of Local (San Mateo or San Francisco County) Journeyman and Apprentices to support the Construction Logistics labor requirements for the project. Labor crew will be required to perform maintenance of the following elements of the project safety measures, project site access points from active terminal, SWPPP, temporary facilities, dewatering the site as needed and temporary measures including heating/cooling, walls, site fence, signage, etc.

Applicants shall submit, and be evaluated on, qualifications based on their experience with projects of similar size, scope, and complexity including design/build experience as applicable to the scope(s). The information shall include general and specific experience, claim and surety history, financial information, ability to meet schedule and budget requirements and skills in general management and coordination. Resumes of key personnel who will manage and supervise the construction shall be provided in the Prequalification response.
Those applicants who meet prequalification criteria and are deemed prequalified to perform work related to their respective trades, will be invited to submit a bid. Applicants who do not submit the prequalification application or do not meet the prequalification criteria will be ineligible to bid.

Applicants must hold a valid California contractor’s license specific to the trades you are prequalifying for, meet project insurance requirements, and obtain corporate surety (payment and performance) bonds in order to be eligible for award. Applicants must fill out all prequalification forms completely.
It is the Projects’ intent to achieve strong community support in the construction through use of Local Business Enterprises and local construction workforce. Subcontractors may employ second-tier and third-tier subcontractors in order to meet the City’s Local Business Enterprise (LBE) participation goals and goals established by Design Builder. Per the Pre-Qualification requirements, each trade package bid is required to meet a percentage goal within their bid. Bid discounts for certified LBE-certified contractors do not apply to the trade packages. The LBE participation for this trade bid package is to be 100%.
Bid documents, including drawings, specifications, and the Instruction to Bidders for these Bid Packages will be made available to pre-qualified subcontractors on February 2nd, 2017. A mandatory Pre-bid meeting for qualified Subcontractors will be held at 9:00AM July 14th, 2016. The location of Pre-bid meeting will be sent after the qualifying round is complete.
All prequalification forms must be completed and submitted to Hensel Phelps, Attention Ryan Piper, no later than 2:00 PM February 10th, 2017. E-mail submission is acceptable – .

Phone: (805) 748-7944

Bidders are advised to allow for adequate time to process these prequalification forms.

BASIC APPLICANT INFORMATION

Maximum Points Available = 70 PTS

Points needed to Prequalify = 50PTS (70%)

If any of the Pass/Fail questions are “Fail” Proposer will not qualify to participate in this Project.

Company Name:______

Physical Address: ______

______

City and State:______Zip: ______

Phone: ______Fax: ______

Contact Name:______

  1. At the listed address, the Proposer operates as:

Individual ProprietorPartnership

Corporation, qualified to do business in ______Co-Venture

DivisionSubsidiary

Affiliate of ______with Headquarters located ______
______

Branch Office of Company Headquarters located. ______

LICENSURE

Proposer must be actively licensed for the trade qualifying for in the State of California. (Pass/Fail)

Company Name (under which license is held):

License Type and Number: Expiration Date:

Additional Licenses may be listed on a separate sheet

How many years has your company been in business under its present name? Years

Has this license ever been revoked? Yes ______No ______

If so, please explain below or on a separate attachment:

Is the Proposer registered with the State of California for bidding on Public Projects as per SB 854 (Stat. 2014, chapter 28)?

Yes ______No ______(Pass/Fail)

Please provide DIR registration #:

Is the Proposer a San Francisco Administrative Code Chapters 12B and 12Ccompliant contractor? Yes ______No ______

Please provide registration #:

Has a complaint ever been filed with the Contractor’s State License Board against your company that required a formal hearing or inquiry?

Yes ______No ______(No = 10 Points) (Yes: 1 to 5 Complaints = 5 pts, > 5 = 0)

If yes, please explain each incident below or on a separate attachment:

______

______

______

______

______

CMD CERTIFICATION / LOCAL BUSINESS PARTICIPATION

Is the Proposer a City of San Francisco Contract Monitoring Division (CMD) certified LBE “small” or “micro” size firm?

Yes No (Yes Pass/ No Fail)

If Yes, Proposer’s CMD Classification Type: ______

If Yes, Proposer’s CMD Certification Number (provide copy of certificate if applicable):______

Is the Proposer a City/County of San Francisco Local Business Enterprise? Yes No.

Notes:

  1. CMD Attachment 7 applies to this project. Attachment 7 can be found at the CMD website:
  2. Despite CMD Attachment 7 Part 2.01.D, Bid Discounts / rating bonuses do not apply to trade package bids.

LOCAL HIRING REQUIREMENTS / OFFICE OF ECONOMIC AND WORKFORCE DEVELOPMENT (OEWD)

Does the Proposer have experience working in San Francisco specifically with The Office of Economic and Workforce Development (OEWD) and the City Build program?

Yes No

Will the Proposer be able to meet the requirements of the San Francisco Local Hiring Policy for Construction as set forth in Section 6.22(G) of the San Francisco Administrative Code?

Yes No

If No, does the Proposer plan to submit a Conditional Waiver from local hiring requirements for this project (OEWD)? Indicate reason a Conditional Waiver from local hiring requirements is based:

Specialized Trades Credit for Hiring on Non-Covered Projects.

Sponsoring Apprentices Direct Entry Agreements

*Failure to agree to comply with Local Hiring Policy or provide Conditional Waiver shall be grounds for disqualification.

FINANCIAL INFORMATION

Bank reference:

Bank: ______

Contact: ______Phone Number: ______

Total sales volumes of the Proposer for the past three years?

2015 ______2014 ______2013 ______

PAYMENT AND PERFORMANCE BONDS - (Propose to Delete)

  1. Is the Proposer able to provide 100% Payment and Performance Bonds for this project? Yes No (Pass/Fail)

If Yes, what is the Proposer’s current Bond Rate? _____ %

Proposer’s single project Payment and Performance bond limits: $ ______

Bonding Company:______

Address:______

______

City and State:______Zip: ______

Phone:______

Proposer to attach a letter from their Bonding Company indicating concurrence in issuing a bid bond and, if successful, 100% Payment and Performance bonds on behalf of the Proposer for this project and indicating the Proposer’s bonding limits.

LABOR

Proposer’s Union Affiliation: Closed Shop (Union) Open Shop (Non-Union) (Union – Pass/Non – Union -Fail)

  1. Affiliated Unions are?
  2. ___Laborers Union______
  3. ______
  1. Is the Proposer willing to execute a “Letter of Assent” to be bound to the Airport’s Proposed Project Labor Agreement?

No Yes (Pass/Fail)

  1. Has the Proposer, any officer of the Proposer, or any employee of the Proposer who has a proprietary interest in the Proposing Entity, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal, State or Local government project because of a violation of law or a safety regulation?

No Yes

(No = 10 Points) (Yes: 1 to 5 citations = 5 pts, > 5 = 0)
If the answer to any part of this question is Yes, please attach a separate written explanation with date(s) of the citation(s) or failure to make notifications, and explain the circumstances.

  1. Has the Proposer, any officer of the Proposer, or any employee of the Proposer who has a proprietary interest in the Proposing Entity, ever received a safety violation or failed to file notifications to the Cal-OSHA, Federal OSHA, or EPA Agencies for employee records as required by CCR, Title 8, Section 5208 and CFR 40, Part 61?

No Yes (No = 10 Points) (Yes: 1 to 3 instances = 5 pts, > 3 = 0)
If the answer to any part of this question is Yes, please attach a separate written explanation with date(s) of the citation(s) or failure to make notifications, and explain the circumstances. Proposers with a serious and willful violation in the last 5 years may have their proposals disqualified.

INSURANCE

Proposer’s current EMR: ______

Is Proposer’s EMR for the current or any of the past two years in excess of 1.25? No Yes (Pass/Fail)

Proposer’s EMR for last three years ______2015 ______2014 ______2013

Workers Comp Insurance Company: ______

Address:______

______

City and State:______Zip: ______

Phone:______

General Liability Insurance Company:______

Address:______

______

City and State:______Zip: ______

Phone:______

Automobile Insurance Company: ______

Address:______

______

City and State:______Zip: ______

Phone:______

Please fill out the table below with the appropriate information: (Reference Table 1 for scoring criteria)

Year / IR (Incident Rate) / LTR (Loss Time Rate) / # of Man-hours
2014
2015
2016
  1. Are there any liens, suits, or judgments pending or outstanding, and unsatisfied as a result of the business operations of the Proposer, its officers, or its predecessors?

NoYes (No = 10 Points) (Yes: 1 instance = 5 pts, > 1 = 0)
If the answer to any part of this question is Yes, please attach a separate written explanation.

EXPERIENCE

  1. List the name of project(s) that are in progress or will start within the next 12 months, including contract amount(s), as well as percentage complete for projects currently in progress (use separate sheet if necessary). If list includes more than five projects, provide those five in list form, along with a single line item summarizing the total number of projects and balance of outstanding/upcoming work. (Reference Table 1 for scoring criteria)

Projects yet to Start / Contract Amount / Projects In Progress / Contract Amount / Percent Complete
1 / $ / $ / %
2 / $ / $ / %
3 / $ / $ / %
4 / $ / $ / %
5 / $ / $ / %
# of Add’l Projects / $ / $ / %
Total # / $ / $
  1. (Propose to Delete)List name of project, General Contractor, contract amount, and date of completion of projects the Applicant has completed in the past two years (use separate sheet if necessary). If more than five projects, please provide those five in list form, along with a single line item summarizing the number of projects and total contract value. (Reference Table 1 for scoring criteria)

Completed Projects / Contract Amount / General Contractor / Date Completed
1 / $
2 / $
3 / $
4 / $
5 / $
# of Additional Projects / $
Total / $
  1. List Applicant’s experience working on an airport or related projects. Listed projects must have been completed in the last three (3) years and must be airport or related projectssimilar in scope to the project for which qualifications are being submitted. (Minimum 2 projects required). (5 or more projects = 15 pts, 2 to 4 = 8 pts,< 2 = 1)

Completed Airport /Aviation Projects / General Contractor / Date Completed / Contract Amount
1 / $
2 / $
3 / $
4 / $
5 / $
  1. List Applicant’s City and County of San Francisco experience (maximum of 4 projects) by name of project, general contractor, contract amount, and date of completion (use separate sheet if necessary). Recent relevant experience may be given more favorable consideration. (Reference Table 1 for scoring criteria)

San Francisco Completed
Projects / General
Contractor / Date
Completed / Contract Type / Contract Amount / LBE
Participation
(% of Contract Value)
1 / $
2 / $
3 / $
4 / $
  1. List the name of LEED projects (maximum of five) that your firm has completed in the past three years. (Reference Table 1 for scoring criteria)(N/A for BP3.13)

LEED Completed Projects / LEED Rating / Date Completed / Contract Type / Contract Amount
1 / $
2 / $
3 / $
4 / $
5 / $
  1. List three (3) General Contractor references. List company name, person to contact and telephone number. (Question not scored)

General Contractor / Contact / Phone Number
1
2
3

Note: The following questions refer only to disputes between your firm and the owner or general contractor of a project. You do not need to include information about disputes between your firm and a supplier or trade contractor. Also, you may omit references to disputes with amounts less than $50,000.

  1. Summary of Claims: Include ALL claims as defined below for completing the following items a. thru f. as they will be used in the table below:

A Claim is a demand bythe Contractor seeking adjustment or interpretation ofcontract terms, payment of money, extension of time or other relief with respect to the terms of thecontract, the Contractor's right to which was disputed by the owner or general contractor, including, but not limited to, disputes subject to arbitration or litigation.

  1. Total Dollar Amount of Resolved Claims in past 5 yrs: ______
  2. Total Dollar Amount Recovered: ______
  3. Percentage of Recovery (b ÷ a)x100: ______%
  4. Total Number of Resolved Claims: ______
  5. Number of Projects over $1million in 5 past yrs: ______
  6. Percentage of Resolved Claims Frequency (d ÷ e)x100: ______%

% of Recovery
% of Claims Frequency / 0 - 33% / 34 – 66% / 67 - 100%
50 - 100% / -18pts / -9pts / -6pts
25 – 50% / -9pts / -6pts / -3pts
0 - 25% / -6pts / -3pts / 0pts

The following table demonstrates how the information submitted above will be evaluated. The matrix below indicates the points that will be deducted based upon the contractors claim experience.

Scoring Range (-18 to 0 Points)

Table-1 Non-specified Question Scoring Criteria

0 = No confidence: Project team’s past performance record provides extreme doubt that the project team will successfully perform the required effort. Regardless of the degree of Airport intervention, successful performance is doubtful.

.5 = Little confidence: Project team’s past performance record provides substantial doubt that the project team will successfully perform the required effort. Substantial Airport intervention is expected to be required to meet the contract requirements.

1 = Confidence: Project team’s past performance record indicates that the project team will successfully perform the required effort. Some Airport intervention may be required to meet the contract requirement.

3 = Significant confidence: Project team’s past performance records provides little doubt that the project team will successfully perform the required effort. Little Airport intervention is expected to be required to meet the contract requirements.

5 = High Confidence: Project team’s past performance record provides virtually no doubt that the project team will successfully perform the required effort. Little or no Airport intervention is expected to be required to meet the contract requirements.

This Qualification Statement is submitted by the applicant with the full knowledge that the contents contained herein are to be considered as a true and accurate representation of the capabilities and financial capacity of the Proposer to perform work on the above subject project. Should information submitted be incomplete, Hensel Phelps may not be able to consider Proposer for the trade package associated with this solicitation.

Firm:______

Signed:______

Date

Printed: ______

Title:______

Submit completed forms no later than 2:00 PM February 10th, 2017to:

E-Mail (originals to follow in the mail)

USPS

Hensel Phelps

Attn: Ryan Piper

PO Box 281228

S. San Francisco, CA. 94128

805.748.7944

-OR-

FedEx / UPS

Hensel Phelps

Attn: Ryan Piper

Hensel Phelps Construction Co. c/o

San Francisco International Airport – T1C

Terminal 1, Departure Level, near Frontier Airlines

Security Checkpoint B, Gates 20-39

San Francisco, CA 94128

805.748.7944

ATTACH ADDITIONAL SHEETS AS REQUIRED

Page 1 of 9Statement of Qualifications