T C APM I P L I A Terminal Cores and APM...APM Interfaceat Los Angeles International Airport (LAX) ....

83
REQUEST FOR QUALIFICATIONS TERMINAL CORES AND APM INTERFACE PROJECT AT LOS ANGELES INTERNATIONAL AIRPORT CITY OF LOS ANGELES LOS ANGELES WORLD AIRPORTS ADMINISTRATION WEST 7301 WORLD WAY WEST, 9 TH FLOOR LOS ANGELES, CA 90045 October 14, 2016

Transcript of T C APM I P L I A Terminal Cores and APM...APM Interfaceat Los Angeles International Airport (LAX) ....

REQUEST FOR QUALIFICATIONS

TERMINAL CORES AND APM INTERFACE PROJECT

AT LOS ANGELES INTERNATIONAL

AIRPORT

CITY OF LOS ANGELES LOS ANGELES WORLD AIRPORTS

ADMINISTRATION WEST 7301 WORLD WAY WEST, 9TH FLOOR

LOS ANGELES, CA 90045

October 14, 2016

SUMMARY INFORMATION

REQUEST FOR QUALIFICATIONS FOR

TERMINAL CORES AND APM INTERFACE PROJECT AT

LOS ANGELES INTERNATIONAL AIRPORT

DATE ISSUED: October 14, 2016 DESCRIPTION: Los Angeles World Airports (LAWA) seeks qualified Design/Build firms, teams, and/or joint ventures (Proposers/Consultants) for the design and construction of the Terminal Cores and APM Interface at Los Angeles International Airport (LAX). LAWA intends to award one contract for this procurement. For more information about project requirements, please refer to the contract documents attached to this Request for Qualifications (RFQ). PRE- STATEMENT OF QUALIFICATION (SOQ) CONFERENCE AND NETWORKING: November 9, 2016 1:00 p.m., Pacific Time at Sheraton Gateway Los Angeles Hotel Grand Ballroom – Lobby Level 6101 West Century Boulevard Los Angeles, CA 90045 SMALL BUSINESS FORUM: TBD The time, date, and location of the Small Business Forum will be provided via addendum. STATEMENT OF QUALIFICATIONS DUE NO LATER THAN: Thursday, December 22, 2016 at 2:00 p.m., Pacific Time STATEMENT OF QUALIFICATIONS DELIVERY ADDRESS: Los Angeles World Airports 7301 World Way West, 9th Floor Los Angeles, CA 90045 INTERVIEW SCHEDULE: Interviews for invited firms are tentatively scheduled for the week of January 23, 2017 CONTACT PERSON: Jamaal Avilez, Procurement Supervisor [email protected]

i

Terminal Cores and APM Interface Project

TABLE OF CONTENTS 1. INTRODUCTION

1.1. Invitation

1.2. Acronyms

1.3. Definitions

1.4. Inclusivity

1.5. Conflict of Interest

1.6. Procurement

1.7. Pre-SOQ Conference and Networking

1.8. Small Business Forum

1.9. Americans with Disabilities Act

2. BACKGROUND INFORMATION

3. SCOPE OF SERVICES 3.1 Aesthetics

3.2 Required Resources

3.3 LAWA Delivery Methods and Other Scope

3.4 Types of Positions

3.5 Modifications to Scope of Services

4. QUALIFICATIONS OF SOQ 4.1. Qualified Personnel

4.2. Changes in Members and Key Personnel

4.3. Proposer’s Experience

4.4. Working in a Dynamic Environment

5. CONTENTS OF SOQ 5.1. Part A – Administrative Requirements

5.2. Part B – Technical Requirements

6. SOQ FORMAT

6.1. LAWA Requirements

6.2. Preparation of Part A – Administrative Requirements

6.3. Preparation of Part B – Technical Requirements

6.4. Only One SOQ Accepted

6.5. Participation with More Than One Proposer

6.6. Authorized Signature

6.7. Joint Ventures or Partnerships

6.8. Information Requested and Not Furnished

I of III

Terminal Cores and APM Interface Project

6.9. SOQ Errors

6.10. Incorrect SOQ Information

6.11. Prohibition of Alternate Terms and Conditions

6.12. Waiver of Minor Administrative Irregularities

6.13. RFP Contract

6.14. Withdrawal of SOQs

6.15. Right to Verify Information and References

7. SOQ SUBMISSION INSTRUCTIONS 7.1. SOQ Delivery Instructions

8. SOQ EVALUATION CRITERIA 8.1. Initial Review

8.2. Weighted Criteria

8.3. Evaluation of Part A – Administrative Requirements

8.4. Evaluation of Part B – Technical Requirements

8.5. Shortlist of Qualified Proposers

8.6. Interview Evaluation Criteria

8.7. Debriefing

9. INTERPRETATIONS AND CLARIFICATIONS

9.1. Requests in Writing

9.2. Deadline for Questions

9.3. Oral Inquiries

9.4. Response to Questions

9.5. Prohibited Communication

10. ADDENDA 10.1. Right to Revise RFQ

10.2. Postponing Due Date

10.3. Addenda Availability

10.4. Proposers Responsibility

11. CITY POLICIES AND AGREEMENTS 11.1. Administrative Requirements

11.2. Small Business Enterprise Program

11.3. Right to Reject SOQs

11.4. Proposers Disqualification for Attempted Improper Influence

11.5. Project Labor Agreement

II of III

Terminal Cores and APM Interface Project

12. PROPERTY OF CITY/PROPRIETARY MATERIAL 12.1. Subject to Public Records Act

12.2. Exemption from Public Records Act 13. PROTESTS OF RFQ CONTENT AND PROTESTS OF SHORTLIST

13.1. Mandatory Time Limits

13.2. Purpose of Procedures

13.3. Protests of RFQ Content

13.4. Protests of Recommended Shortlist

13.5. Only Valid Protests Considered

13.6. Frivolous Protests

13.7. Protest Costs

13.8. Schedule Impact

13.9. Waiver

14. ADDITIONAL LEGAL INFORMATION 14.1. Reproduction and Personal Use of Information

14.2. City Held Harmless

15. LAWA RESERVED RIGHTS

LIST OF ATTACHMENTS

Attachment 1: Preliminary APM Project Layout Plan

Attachment 2: Administrative Requirements

Attachment 3: Small Business Enterprise Program; Draft Local Business Enterprise and Local Small Business Enterprise Program

Attachment 4: Forms Attachment 4(a): Transmittal Letter Attachment 4(b): Project Experience Form Attachment 4(c): Project Summary Information

III of III

Terminal Cores and APM Interface Project

REQUEST FOR QUALIFICATIONS INSTRUCTIONS TO PROPOSERS

1. INTRODUCTION

1.1. Invitation. The City of Los Angeles, Department of Airports, known as Los Angeles World Airports (“LAWA”), hereby issues this request for qualifications (“RFQ”) in accordance with Los Angeles City Charter Section 371(b), requesting sealed submittal of statements of qualifications (“SOQs”) from Proposers seeking to enter into a contract with LAWA to design and build the Terminal Cores and Automated People Mover (APM) Interface at Los Angeles International Airport (LAX)

1.2. Acronyms APM – Automated People Mover CTA – Central Terminal Area LABAVN - City of Los Angeles Business Assistance Virtual Network LAMP – Landside Access Modernization Program LAWA – Los Angeles World Airports LAX – Los Angeles International Airport LBE – Local Business Enterprise LSBE – Local Small Business Enterprise RFP – Request for Proposals RFQ – Request for Qualifications SBE – Small Business Enterprise SOQ – Statement of Qualifications

1.3. Definitions Business Opportunities Website – http://business.connectinglax.com Central Terminal Area – The area within the Los Angeles International Airport, inclusive of the nine passenger terminals connected by a U-shaped two-level roadway and all buildings, roads and other appurtenances bounded by World Way.

Contract – The agreement, if any, between the Design/Builder and LAWA to design and build the Project.

Design/Builder – The entity established by the Shortlisted Proposer selected under the RFP that executes the Contract with LAWA.

Experience Modifier Rate – The safety experience measure by this name provided by the National Council on Compensation Insurance or the Workers’ Compensation Insurance Rating Bureau of California.

Key Personnel – The positions and corresponding individuals that are essential to Project delivery, as identified by Proposer pursuant to Section 8.4.4.

Landside Access Modernization Program – A LAWA program of several individual components that will work collectively to alleviate congestion and provide better passenger movement within the existing Central Terminal Area curb and roadways. These components include but are not limited to an APM, two Intermodal Transportation Facilities, a Consolidated Rent-A-Car facility, improvements within the CTA, a connection to the Metro rail system, and various roadway improvements.

Page 1 of 28

Terminal Cores and APM Interface Project

Lead Designer – The Member(s) of the Proposer, whether a single entity, a joint venture or group of entities, primarily responsible for the design and engineering of the Project.

Lead Contractor – The Member(s) of the Proposer, whether a single entity, a joint venture or group of entities, primarily responsible for the construction of the Project.

Local Business Enterprise – A business entity that occupies work space within the County of Los Angeles, is in compliance with all applicable City of Los Angeles and County of Los Angeles licensing and tax laws, and can demonstrate one of the following: (i) it is headquartered in the County and physically conducts and manages all of its operations from a location in the County; (ii) that at least 50 of its full-time employees perform work within the boundaries of the County of Los Angeles at least 60% of their total regular hours worked on an annual basis; or (iii) that at least half of the full-time employees (50%) of the business perform work within the boundaries of the County at a minimum of 60% of their total, regular hours worked on an annual basis

Local Small Business Enterprise – A business enterprise that is a Local Business Enterprise and is also a Small Business Enterprise pursuant to LAWA’s Small Business Enterprise Program.

Los Angeles Business Assistance Virtual Network (LABAVN) Website – www.labavn.org

Major Participant – The Lead Designer and Lead Contractor.

Member – A Major Participant or any other entity identified in Proposer’s SOQ that makes up the Proposer’s team.

Procurement Supervisor – The individual designated as the Procurement Supervisor in Section 7.

Project – The project for the Terminal Cores and APM Interface as described in Section 3 and Attachment No. 1.

Proposal – The proposal submitted by a Shortlisted Proposer in response to the RFP.

Proposer – A company, team, joint venture, partnership or consortia submitting a SOQ.

Request for Proposals – The request for proposals issued by LAWA (if any), used to solicit Proposals for the Project and to provide the requirements for preparation of the Proposal.

Request for Qualifications – This request for qualifications issued by LAWA.

Shortlist Selection Date – The date the Board of Airport Commissioners approves the Shortlisted Proposers.

Shortlisted Proposers – Proposers submitting SOQs who are approved by the Board of Airport Commissioners as most qualified to submit Proposals in response to the RFP.

Small Business Enterprise – An independently-owned and operated business that meets the criteria set forth by (i) the Federal Small Business Administration (SBA) 8(a) Business Development Program, or (ii) the State of California Small Business (SB) Program.

Page 2 of 28

Terminal Cores and APM Interface Project

Statement of Qualifications – The statement of qualifications submitted by a Proposer in response to this RFQ.

SOQ Due Date – The “SOQ Due Date” listed in the Summary Information page.

1.4. Inclusivity Los Angeles is one of the most diverse cities in the world. LAWA seeks a Design/Builder whose team make-up reflects the unique diversity of our city. LAWA is committed to creating and values an environment that provides all individuals and businesses open access to business opportunities available at LAWA. LAWA’s policy is to ensure diversity in the award and administration of all LAWA contracts. Consistent with LAWA’s policy, the Contract will be subject to inclusivity requirements that include mandatory SBE, LBE and LSBE participation goals.

LAWA anticipates that the Contract will require the Design/Builder to engage in significant outreach efforts so as to achieve meaningful participation by SBE, LBE, LSBE, diverse and other businesses in all aspects of the Project. In addition, LAWA anticipates that the Contract will include a robust monitoring program regarding the Design/Builder’s compliance with inclusivity requirements. It is LAWA’s intention to create a level playing field on which SBEs, LBEs, LSBEs, diverse and other businesses can compete fairly for LAWA contracts. LAWA encourages and expects Proposers to pursue subcontracting, mentoring, joint venturing, teaming and partnering opportunities with the types of firms described in this section in the ordinary course of its teaming/business strategies for all aspects of the Project.

For reference, LAWA’s SBE Program and the draft LBE and LSBE Program are included as Attachment 2 to this RFQ. The RFP will provide further detail regarding the Contract’s inclusivity requirements.

1.5. Conflict of Interest 1.5.1. Prime Proposer Conflicts

Firms, Joint Ventures or Teams who are performing work or have performed work as a Prime Contractor/Prime Consultant for LAWA on the planning, environmental, preliminary design, program oversight or program management of this Project may be prohibited from participating as a prime proposer (Design/Builder) on this Project.

By submitting a SOQ, each Proposer agrees that if a conflict of interest is discovered following the submittal of said SOQ, Proposer shall make immediate and full written disclosure to LAWA that includes a description of the action that the Proposer has taken or proposes to take to avoid or mitigate such conflicts.

1.5.2. Subconsultant Conflicts Firms, Joint Ventures or Teams who are considering submitting a SOQ for this Project may be prohibited from including in their SOQs any Firms, Joint Ventures or Teams who are performing work or have performed work as a Prime Contractor/Prime Consultant or subconsultant for LAWA on the planning, environmental, preliminary design, program oversight or program management of any work directly related to this Project.

1.5.3. Conflict of Interest Questions Should there be any questions regarding the applicability of these conflict of interest directions to your firm, potential team, potential joint venture, potential subcontractors or potential subconsultants, please direct the very specific question to:

Page 3 of 28

Terminal Cores and APM Interface Project

[email protected] Subject: “Conflict of Interest Question – Terminal Cores and APM Interface”

Attention: Jamaal Avilez, Procurement Supervisor

Specific conflict of interest questions will be accepted until November 17, 2016 by the end of the business day.

1.6. Procurement. LAWA plans to award a professional services contract(s) to the most qualified Proposer(s) with the best value to the City based upon the evaluation criteria defined herein. LAWA intends to award one contract as approved by the Board of Airport Commissioners and the Los Angeles City Council.

1.6.1. Overall Process LAWA anticipates carrying out the procurement process for the Project in accordance with the following schedule:

Issue RFQ………………………………………………………...October 11, 2016

Anticipated Shortlist Selection Date…………………………….1st Quarter 2017

Issue draft RFP……………………………………………………1st Quarter 2017

Issue final RFP……………………………………………………2nd Quarter 2017

This procurement schedule is subject to modification at the sole discretion of LAWA. LAWA will notify Proposers of any changes to this RFQ by issuing an addendum in accordance with Section 10.

1.6.2. Statement of Qualifications LAWA will evaluate the SOQs it receives in response to this RFQ and will determine, according to criteria outlined in this RFQ, the identity of the Shortlisted Proposers selected to receive the RFP. As part of the SOQ evaluation process, LAWA may consider information in the SOQs, reference checks, interviews with Proposers, past performance on City of Los Angeles projects and publicly available information. LAWA intends to establish a list of Proposers deemed most qualified to provide the Design/Build services required for this project. LAWA will issue the RFP for this project exclusively to the established list of qualified proposers.

1.6.3. Draft Request for Proposals Following the identification of Shortlisted Proposers, LAWA intends to issue a draft RFP to Shortlisted Proposers for review and comment, and LAWA may schedule confidential one-on-one meetings to exchange ideas and to discuss issues raised by the Shortlisted Proposers. Upon finalizing the draft RFP, LAWA intends to issue a final RFP to the Shortlisted Proposers.

1.6.4. Payment for Work Product LAWA intends to recommend to the Board of Airport Commissioners, a payment for work product for the non-successful shortlisted proposers, who have submitted a complete and acceptable proposal during the RFP phase. The amount of this payment is yet to be determined. Upon making such payment, LAWA will have the right to use, as it deems appropriate, any of the concepts, techniques, data or other ideas contained in such work product. It is anticipated that the RFP and a separate contractual services agreement will set forth specific provisions regarding LAWA’s payment for the work product and related terms and conditions.

Page 4 of 28

Terminal Cores and APM Interface Project

1.7. Pre-SOQ Conference and Networking. LAWA will convene a Pre-SOQ Conference on the date set forth in the Summary Information page. LAWA will host a networking event immediately following the Pre-SOQ Conference. Attendance at the Pre-SOQ Conference is mandatory (at least one representative from each Proposer must attend). Proposers must RSVP to [email protected] no later than October 26, 2016. Due to the venue’s size constraints, Proposers are encouraged to limit their participation to a maximum of five representatives. Please see the Summary Information page for the exact details regarding the time and place of the Conference.

1.8. Small Business Forum LAWA will host a Small Business Forum for projects related to the Landside Access Modernization Program (LAMP). Further details regarding the event shall be provided via addendum.

1.9. Americans with Disabilities Act. As covered under Title II of the Americans with Disabilities Act, the City does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its proposals, programs, services, and activities. If an individual with a disability requires accommodations to attend a Pre-SOQ Conference or SOQ interviews, please contact the Contact Person identified on the Summary Information Page, at least five (5) calendar days before the scheduled event.

2. BACKGROUND INFORMATION Los Angeles International Airport (“LAX”) is the largest commercial service airport in Southern California and handled approximately 74.9 million air passengers in 2015. LAX is also the world’s busiest origin and destination airport, with more passengers beginning and ending their trip at LAX rather than connecting to another flight. This demand presents a challenge for the LAX ground access system as more than 50 percent of air passengers travel to/from LAX by automobile, resulting in over 6,000 vehicles per hour entering the LAX Central Terminal Area during peak periods.

As part of the overall modernization program at LAX, LAWA is undertaking the Landside Access Modernization Program (“LAMP”). The major elements of LAMP include a Consolidated Rental Car Center, Intermodal Transportation Facilities, parking garages, and an Automated People Mover. In order to connect the Terminals in the CTA to the APM, modifications are necessary in the Terminal Cores to accommodate the vertical transportation of Passengers and to connect them to the three planned APM Stations.

3. SCOPE OF SERVICES The Terminal Cores and APM Interface Project will currently include modifications to the Tom Bradley International Terminal (TBIT) and an area currently described as T5.5, which is located between existing Terminals 5 and 6 ticketing buildings. The Project represents approximately 165,000 square feet of work consisting of airport terminal renovation, demolition and new construction. The Design/Builder will be responsible for all aspects of the design, preconstruction and construction to accommodate multiple passenger elevators and escalators at each location. Additionally, other modifications to TBIT and Terminals 5 & 6 will be necessary to improve passenger access and movement within those structures. This project may include additional scopes of work as determined by LAWA based on needs that may arise out of the impacts caused by the implementation of this Project, LAMP and other improvements planned and under consideration by LAWA.

Page 5 of 28

Terminal Cores and APM Interface Project

LAWA’s Preliminary Project Layout Plan for the Project is presented in Attachment 1. While the Preliminary Layout Plan provides certain design solutions, the diagram is provided to assist Proposers in understanding the overall scope. Proposers will be encouraged and challenged to be creative in their approach to the design and construction of the project to best accommodate the existing facilities and the anticipated adjacent construction. LAWA will make certain Project-related information is available to prospective Proposers for review on LABAVN. It is anticipated that the Project will not use federal funding sources.

3.1. Aesthetics The RFP will address how LAWA will evaluate matters of architectural treatment and exterior visual aesthetics. LAWA anticipates that it will provide well-established guidelines to the Shortlisted Proposers prior to finalization of the RFP. The guidelines will be separate and distinct from the technical criteria and will define a clear architectural direction for the appearance of the Terminal Cores and APM Interface. LAWA anticipates that it will, in part evaluate Proposals on how well the design ideas presented reflect the design direction established in the guidelines.

3.2. Required Resources Experienced resources are needed to provide design/build services for LAWA. The successful proposer(s) shall provide these services over the term of the contract. The successful proposer(s) shall have previous experience with related and equivalent airport and Capital Improvement projects, full knowledge of the Customs and Border Protection (CBP) agency, Transportation Security Administration (TSA) security requirements, Los Angeles Department of Building and Safety (LADBS) building codes, and other applicable rules and Government Regulations.

3.3. LAWA Delivery Methods and Other Scope Proposers should be familiar and comfortable with the Design-Build delivery method. This delivery method will be used to execute this project following the RFP stage. The successful proposer will demonstrate the best ability to perform under this delivery method in an environment of similar size and complexity.

3.4. Types of Positions The successful proposer’s services may require, but not be limited to, any or all types of positions to support implementation of this project. Firm’s shall provide a description of their proposed team structure.

3.5. Modifications to Scope of Services LAWA reserves the right at its sole discretion to make changes or modifications to the scopes of work described herein and to proceed with all or only some of them.

4. QUALIFICATIONS OF SOQ 4.1. Qualified Personnel

All prospective proposers shall have qualified, local resources, as well as additional resources as necessary, to accomplish the Design/Build services required by LAWA. LAWA considers it an advantage to have the work performed by a team located in the Los Angeles area. In addition, it is expected that the RFP for this project will be subject to LAWA’s Local and Local Small Business Enterprise Programs, which will set a goal for the utilization of local and/or local small business on the resulting contract.

4.2. Changes in Members and Key Personnel Following shortlisting, the following actions may not be undertaken by a Shortlisted Proposer without LAWA’s prior written consent, in LAWA’s sole discretion:

Page 6 of 28

Terminal Cores and APM Interface Project

(a)Deletion, substitution or change in the composition of Members identified in the SOQ or a change in the role or scope of work of a Member; or

(b)Deletion or substitution of Key Personnel or a change in the role or position of such Key Personnel.

The Shortlisted Proposers shall, in accordance with Section 9.5, promptly request LAWA’s written consent for any of the actions set forth in clauses (a) and (b), above, and shall provide LAWA with sufficient details of the proposed change so as to facilitate LAWA’s consideration thereof. LAWA may, in its sole discretion, accept, reject or seek additional information regarding a Shortlisted Proposer’s request and will base its decision on whether the Shortlisted Proposer as a whole still meets the minimum criteria contained in this RFQ and whether LAWA would still have shortlisted the Proposer if the change had occurred before the Shortlisted Proposer submitted its SOQ. If a Shortlisted Proposer seeks to change the composition of its Members, the Shortlisted Proposer shall provide, among other things, all of the information that is required in this RFQ regarding the proposed new Member(s).

4.3. Proposer’s Experience Proposers must demonstrate that their team has experience and capabilities in successful development and implementation of projects with similar complexity, on-time delivery of multiple projects, and efficient management of multi-phased projects at large, international airports or in a similar complex operating environment. Proposers shall provide information regarding their experience as outlined in section 8.4.3. The proposer shall provide current client references that include the client names, addresses, telephone numbers and email addresses. LAWA will contact the referenced clients to verify proposer-provided information and/or to solicit comments and opinions. LAWA reserves the right to contact any references whether provided by the proposer or not. In addition to client references, proposers shall provide a list of all airport clients in the last ten (10) years (Section 8.4.3.).

4.4. Working in a Dynamic Environment Proposers must have the ability to work in a dynamic environment and be willing to adapt to any changes due to the needs of many other on-going, large airport improvement programs, especially at LAX. Proposers must be able to expand their scope of work to include additional services, if LAWA determines it to be necessary.

5. CONTENTS OF SOQ The Proposer’s Statement of Qualifications shall consist of two parts; Part A – Administrative Requirements and Part B – Technical Requirements. The table below includes page limits, including a page limit of 30 pages for some of the technical parts of the SOQ. All pages included within the 30 page limit shall be sequentially numbered.

References in this RFQ to pages mean a single-sided page. LAWA will disregard pages that exceed stated page limitation requirements. Proposers shall not include standard corporate brochures, awards, licenses and marketing materials in an SOQ and LAWA shall not evaluate such materials.

[Continued on next page]

Page 7 of 28

Terminal Cores and APM Interface Project

PART A – Administrative Requirements Submittal Cross-reference Page limit (if any) Pass/Fail Bidder Contributions CEC Form 55 Section 8.3.1. No limit

Municipal Lobbying Ordinance CEC Form 50

Section 8.3.2. No limit

Contractor Responsibility Program Questionnaire

Section 8.3.3. No limit

Contractor Responsibility Program Pledge of Compliance

Section 8.3.3. No limit

PART B – Technical Requirements

Submittal Cross-reference Page limit (if any) Pass/Fail Transmittal Letter Section 8.4.1. 3 pages only

Project Experience Form* (Design/Build Team)

Section 8.4.2. (Mandatory Technical Experience)

5 pages per Project Experience Form. Maximum of 5 Project Experience Form submittals

Scored

Project Experience Form* (Lead Contractor)

Section 8.4.3. (Construction Qualifications)

5 pages per Project Experience Form. Maximum of 10 Project Experience Form submittals

Project Experience Form* (Lead Designer)

Section 8.4.3. (Design Qualifications)

5 pages per Project Experience Form. Maximum of 10 Project Experience Form submittals

Project Summary Information Form (Proposer)

Section 8.4.3. (Design and Construction Qualifications)

As necessary per Project Summary Information Form

Organizational Chart (Proposer) Section 8.4.4.1. Within the 30 page limit

Functional Chart (Proposer) Section 8.4.4.1. Within the 30 page limit

Team structure narrative Section 8.4.4.1. Within the 30 page limit

Key Personnel Section 8.4.4.1. Within the 30 page limit

Page 8 of 28

Terminal Cores and APM Interface Project

PART B – Technical Requirements

Submittal Cross-reference Page limit (if any) Resumes for Key Personnel (Proposer) Section 8.4.4.1. 2 pages per resume

Design/Build Management Plan summary

Section 8.4.4.2. Within the 30 page limit

Communication strategy narrative Section 8.4.4.3. Within the 30 page limit

Approach to inclusivity narrative Section 8.4.5. Within the 30 page limit

*Proposer may reference any Project Experience Form submitted pursuant to this RFQ to satisfy the submittal requirements in Sections 8.4.2. and 8.4.3.

5.1. Part A - Administrative Requirements Proposers shall complete all of the Administrative Requirements Forms enclosed herein as Attachment 2: Administrative Requirements, and shall initial any and all interlineations, alterations or erasures in its submissions. Proposers shall not delete, modify or supplement the printed matter on the Administrative Requirements Forms, or make substitutions thereon.

5.2. Part B – Technical Requirements Proposers shall submit the Part B – Technical Requirements using the forms and format discussed herein and shall initial any and all interlineations, alterations, or erasures in its submissions. Proposers shall present any attributes that the proposer believes is unique to its team, making them especially qualified to be shortlisted for this opportunity.

6. SOQ FORMAT 6.1. LAWA Requirements

All statements of qualification must be submitted in accordance with this RFQ. SOQs shall be in writing and Proposers shall complete and return all applicable documents. If the SOQ does not conform to LAWA’s requirements, the SOQ may be deemed non-responsive and not be considered for further evaluation. The contents of the SOQ shall be complete in description and concise in volume. The SOQ shall be in the format of a written report. Any supplementary artwork, visual aids, films, and other extraneous materials will not be accepted or reviewed.

LAWA expects SOQs submitted in response to this RFQ to provide enough information about the requested items so as to allow LAWA to evaluate and competitively rank and shortlist Proposers based on the criteria set forth in this RFQ.

Proposers are required to conduct the preparation of their SOQs with professional integrity and free of lobbying activities.

SOQs shall be written in the English language only and shall provide any monetary amounts in United States of America dollar denominations.

Proposers are liable for all errors and omissions incurred by Proposers in preparing the SOQ. Proposers will not be allowed to alter SOQ documents after the SOQ Due Date unless approved by LAWA in writing.

Page 9 of 28

Terminal Cores and APM Interface Project

Each proposer shall submit one (1) original and one (1) copy of its SOQ Part A – Administrative Requirements, and one (1) original and seven (7) copies (for a total of 8) of its SOQ Part B – Technical Requirements. In addition, each Proposer shall submit two (2) duplicate sets of USB drives, each containing a searchable “PDF” file of the SOQ, with bookmarks for each section for both Part A and Part B.

Proposers shall prepare SOQ submittals in loose-leaf three-ring binders on 8-1/2” x 11” sized, double-sided white paper, except for forms and organizational charts, which Proposers may present on 11” x 17” white paper, folded to letter size. Separate each section of the SOQ from other sections with a divider tab. Proposers shall prepare the SOQs using a minimum of 11-point font size. A smaller font size may be used in charts and graphs; however the proposer is expected to maintain legibility throughout its submission.

6.2. Preparation of Part A – Administrative Requirements 6.2.1. Number of copies

Proposers are required to submit one (1) original, with a wet signature(s), and one (1) copy of Part A – Administrative Requirements as well as an electronic copy on a compact disk (CD), digital video disk (DVD), or USB Flash Drive. The hard copies shall be bound according to the requirements set forth in Section 6.1.

6.3. Preparation of Part B – Technical Requirements 6.3.1. Format

Part B – Technical Requirements submissions shall adhere to the page limits described in Section 5 of this RFQ, and the format requirements described in Section 6.1 of this RFQ.

6.3.2. Number of Copies Proposers are required to submit one (1) original, with a wet signature(s), and seven (7) copies (for a total of 8) of their Part B – Technical Requirements, as well as an electronic copy on a CD, DVD, or USB Flash Drive. The hard copies shall be bound according to the requirements set forth in Section 6.1.

6.4. Only One SOQ Accepted LAWA will accept only one SOQ for this RFQ from any one Proposer. This includes SOQs submitted under different names by one firm, corporation, partnership, or joint venture. Evidence of collusion among Proposers shall be grounds for exclusion of any Proposer who is a participant in any such collusion.

6.5. Participation with More Than One Proposer To ensure a fair and competitive procurement process, Major Participants are forbidden from participating, in any capacity, as a Member of another Proposer during the Project procurement process. In addition, entities that are under direct or indirect common ownership or have the same upstream parent may not team with separate Proposers. If a Proposer is not shortlisted as part of the SOQ evaluation process, the Members of the unsuccessful Proposer are thereafter free to become Members of Shortlisted Proposers, subject to the requirements in this RFQ. Any Proposer that fails to comply with the prohibition contained in this section may be disqualified from further participation as a Proposer for the Project.

6.6. Authorized Signature When signing the SOQ, each party signing must 1) state that the facts represented in the SOQ are true and correct, and 2) he or she has authority to sign on behalf of the contracting entity.

Page 10 of 28

Terminal Cores and APM Interface Project

6.7. Joint Ventures or Partnerships If the Proposer is a Partnership or Joint Venture, the Proposer must submit with its SOQ a copy of the partnership or joint venture agreement. That agreement must describe the scope and amount of work each participant will perform and contain a provision that each participant will be jointly and severally liable to LAWA for completing all of the work and to third parties for all duties, obligations, and liabilities which arise out of the joint venture’s performance of the work. Each member of the Joint Venture or Partnership must respond to all elements of the Administrative Requirements separately (including Vendor Identification Forms, City Ethics Commission Forms, etc.), and a copy of each joint venture or partnership agreement must be included with Part A - Administrative Requirements.

6.8. Information Requested and Not Furnished The information requested and the manner of submission is essential to permit prompt evaluation of all SOQs. Accordingly, LAWA reserves the right to declare as non-responsive and reject any SOQs in which information was requested and was not furnished or when a direct or complete answer was not provided.

6.9. SOQ Errors 6.9.1. Omissions and Errors

Proposer is liable for all errors or omissions incurred by Proposer in preparing the SOQ. Proposer will not be allowed to alter SOQ documents after the due date for submission unless approved by LAWA in writing.

6.9.2. Corrections After Submission LAWA reserves the right to make corrections or amendments due to errors identified in SOQ by LAWA or the Proposer. This type of correction or amendment will only be allowed for errors such as typing, transposition, or any other obvious error. Any changes will be date and time stamped and attached to SOQ. All changes must be coordinated in writing with and authorized by LAWA.

6.10. Incorrect SOQ Information If LAWA determines that a Proposer has provided incorrect information for consideration in the evaluation process, which the Proposer knew or should have known, was materially incorrect, that SOQ may be deemed non-responsive and the SOQ may be rejected.

6.11. Prohibition of Alternate Terms and Conditions Proposers may not submit their own Contract terms and conditions in response to this RFQ. If a SOQ contains supplemental terms and conditions, LAWA, at its sole discretion, may determine the SOQ to be a non-responsive counter offer, and the SOQ may be rejected. Optional offers submitted in addition to conforming SOQs will not be reviewed.

6.12. Waiver of Minor Administrative Irregularities LAWA reserves the right, at its sole discretion, to waive minor administrative irregularities contained in any SOQ submitted for this RFQ.

6.13. RFP Contract LAWA intends to enter into the Contract with the Design/Builder that will set forth, but will not be limited to the obligations of the Design/Builder including the design and construction of the Project. A form of the Contract will be included in the RFP.

Page 11 of 28

Terminal Cores and APM Interface Project

6.14. Withdrawal of SOQs A proposer may withdraw their submitted SOQ at any time prior to the specified due date and time. Requests must be in writing. After withdrawing a previously submitted SOQ, the proposer may submit another SOQ at any time up to the specified due date and time.

6.15. Right to Verify Information and References 6.15.1. Submitted Information

All information stated in the SOQ shall be factual, truthful, and shall not be embellished or misrepresented in any manner. LAWA reserves the right to verify all submitted SOQ information, including contacting the referenced clients and use of the internet and social media.

6.15.2. Verifiable References Only Proposers must only submit verifiable references, with current email and phone numbers for each reference. If LAWA is unable to verify the submitted references, the SOQ may be deemed non-responsive.

6.15.3. Misrepresentations Any information stated in the SOQ found to be a misrepresentation of past experiences shall be considered as grounds for disqualification of the SOQ; the firm may be banned from participation in future procurements from LAWA.

7. SOQ SUBMISSION INSTRUCTIONS 7.1. SOQ Delivery Instructions

The SOQ packages shall be clearly identified and addressed as follows:

Label in Upper Left Hand Corner Label in Center

Proposer Name: ____________________________ Contact Name: _____________________________ Contact Email: _____________________________ Contact Phone Number: ______________________

LAWA PLANNING & DEVELOPMENT

GROUP RFQ – Terminal Cores and APM Interface

Attn: Jamaal Avilez 7301 World Way West, 9th Floor

Los Angeles, CA 90045

SOQs will be time stamped by LAWA staff upon receipt. LAWA shall not accept any SOQs received after 2:00 p.m. (Pacific Daylight Time) on the SOQ Due Date. Any SOQs received after such time will be rejected and not considered. Proposers are solely responsible for assuring that LAWA receives their SOQs by this deadline. LAWA shall not be responsible for delays in delivery caused by weather, difficulties experienced by couriers or delivery services, misrouting of packages by courier or delivery services, improper, incorrect or incomplete addressing of deliveries and other occurrences beyond the control of LAWA.

8. SOQ EVALUATION CRITERIA 8.1. Initial Review

After receipt of the SOQs, each submission will be reviewed for: a. Minor informalities, irregularities and apparent clerical mistakes which are

unrelated to the substantive content of the SOQ, b. Conformance to the RFQ instructions regarding organization and format and

Page 12 of 28

Terminal Cores and APM Interface Project

c. Responsiveness to the requirements set forth in this RFQ.

The SOQ will be reviewed by LAWA to determine if it is complete. Proposer’s failure to comply with the instructions contained in this RFQ or to submit a complete SOQ may result in the SOQ being deemed not responsive. In addition, based on the information contained in the SOQ, including the Contractor Responsibility Program Questionnaire, LAWA may determine that the Proposer is not responsible and therefore ineligible for shortlisting. LAWA shall notify the Proposer in writing of a determination that Proposer is not responsible. The Proposer is entitled to an administrative hearing upon written request from the Proposer to LAWA within ten (10) working days from the date LAWA notified the Proposer of the determination that the Proposer is not responsible. Those SOQs not responsive to this RFQ or Proposers who LAWA determines are not responsible may be excluded from further consideration and Proposer will be so advised. LAWA may also exclude from consideration and from participation in future LAWA solicitations any Proposer who LAWA determines, in its sole discretion, included a material misrepresentation in its SOQ.

8.2. Weighted Criteria The following criteria will be used to evaluate the SOQs

Evaluation Criteria and First Tier Sub-Criteria Percent Weighting

1. Design and Construction Qualifications • Lead Designer and Lead Contractor Qualifications & Experience

40%

2. Project Approach • Organization, Team Structure and Key Personnel • Design/Build Management Plan • Communications Strategy

50%

5. Inclusivity • Prior Goals and Level of Achievement • Approach to Inclusivity

10%

8.3. Evaluation of Part A – Administrative Requirements This evaluation is conducted on a Pass/Fail basis. The submission will be reviewed by LAWA to determine if it is complete. The Proposer’s failure to comply with the instructions or to submit complete and fully executed forms may result in the SOQ being deemed non-responsive. 8.3.1. Bidder Contributions (CEC Form 55)

Details regarding the requirements of the Bidder Contributions, CEC Form 55 can be found in Attachment 2: Administrative Requirements. Submittal Requirement – Proposers must submit CEC Form 55 to LAWA in the Part A – Administrative Requirements section of their SOQ. The form requires bidders to identify their principals, their subcontractors performing $100,000 or more in work on the contract, and the principals of those subcontractors. Proposers must also notify their principals and subcontractors in writing of the restrictions and include the notice in contracts with subcontractors. For Joint Ventures (JV), Partnerships, Consortiums, or other teaming agreements, a separate CEC Form 55 must be completed by all members comprising the

Page 13 of 28

Terminal Cores and APM Interface Project

proposing entity. Responses submitted without a completed CEC Form 55 shall be deemed non-responsive. Proposers who fail to comply with City law may be subject to penalties, termination of contract, and debarment.

8.3.2. Municipal Lobbying Ordinance (CEC Form 50) Details regarding the requirements of the Municipal Lobbying Ordinance, CEC Form 50 can be found in Attachment 2: Administrative Requirements. Submittal Requirements – The original signed form must be included with the SOQ in Part A – Administrative Requirements. For Joint Ventures (JV), Partnerships, Consortiums, or other business pairings, a separate CEC Form 50 must be completed by all members comprising the proposing entity. Failure to submit the Municipal Lobbying Ordinance, CEC Form 50 with the SOQ may render the SOQ non-responsive.

8.3.3. Contractor Responsibility Program Details regarding the requirements of the Contractor Responsibility Program can be found in Attachment 2: Administrative Requirements. Submittal Requirements - Proposers are required to complete and submit with the SOQ in Part A – Administrative Requirements, the Contractor Responsibility Program Questionnaire that provides information LAWA needs in order to determine if the Proposer is responsible and has the capability to perform the contract. The information contained in the CRP Questionnaire is subject to public review for a period of not less than 14 days. Bidders/Proposers are also required to complete, sign and submit with the SOQ in Part A – Administrative Requirements the attached Contractor Responsibility Program Pledge of Compliance. Proposers are also required to respond within the specified time to LAWA’s request for information and documentation needed to support a Contractor Responsibility determination. Subcontractors will be required to submit the Pledge to the prime contractor prior to commencing work. For the list of Contractor Responsibility Program respondents, please visit our website www.lawa.org -> About LAWA -> Business Opportunities -> Administrative Requirements -> Contractor Responsibility Program -> Contractor Responsibility Program Questionnaire Respondents.

8.4. Evaluation of Part B – Technical Requirements Technical requirements will contain two portions that will be reviewed on a pass/fail basis, the remaining portions of the technical requirements submittal will be rated independently by members of the Evaluation Panel on how well the Proposer responded to each of the criteria identified herein. 8.4.1. Transmittal Letter (Pass/Fail)

Submittal Requirements - Proposer shall provide an original Transmittal Letter, duly executed and completed in full by Proposer. LAWA has provided a template in Attachment 4(a): Transmittal Letter. As part of the transmittal letter, each entity comprising the Lead Contractor shall include their Experience Modifier Rate (EMR), and the source for said rate. Each entity comprising Proposer’s Lead Contractor must have an average Experience Modifier Rate of no larger than 1.00 over the last 3 years.

8.4.2. Mandatory Technical Experience (Pass/Fail) Proposer shall include, at a minimum, Members with the following experience

Page 14 of 28

Terminal Cores and APM Interface Project

in the last ten (10) years: • A Lead Contractor with experience as the lead contractor (prime) for

not less than one design/build project with a construction value in excess of $100 million;

• A Lead Designer with experience as the lead designer for not less than one Design/Build project with a construction value in excess of $100 million;

• Experience designing and constructing modifications or additions to existing, operating facilities.

• Experience designing and constructing projects on an active, operating airport.

• Experience with designing and constructing within the City of Los Angeles; and

• Experience with interfacing with other contractors/projects in the local and immediate vicinity of the Project.

Submittal Requirements - Proposer shall submit a separate Project Experience Form for up to five projects. If the Lead Contractor or Lead Designer is a joint venture or group of entities, the experience of a joint venture member or entity that forms part of the group of entities may be used as an example of the Lead Contractor’s or Lead Designer’s project experience.

8.4.3. Design and Construction Qualifications LAWA will evaluate the qualifications and experience of the Lead Designer and Lead Contractor in successfully managing and designing projects of similar scope and complexity at operating airports or similar operating facilities. The criteria are as follows: 8.4.3.1. Firm Qualifications and Experience

• Provide a brief description of each firm; Lead Contractor, Lead Designer and significant subs. o Describe the firms’ market focus, areas of expertise,

leadership in design/build delivery and experience working in the public sector.

o Identify which company office will provide corporate support to the Project effort and describe its current capabilities (technical and administrative) and experience in supporting projects of this size and magnitude.

o Describe your previous relationships of working together (Lead Contractor(s) & Lead Designer(s)) and/or the specific reason for teaming or entering into a JV agreement for this Project.

• Provide a brief description of how the joint venture would be structured. What firms would be part of the JV? What is the strength each firm brings to the JV?

• Describe the organization and working relationship of all previous design/build partnerships, if any, with the team members that are proposed for this project.

8.4.3.2. Project Qualifications • Provide a description of a minimum of five (5), and a maximum,

Page 15 of 28

Terminal Cores and APM Interface Project

of ten (10) design/build projects performed by your firm and/or team members that are similar in type, scope and magnitude to the this project, especially at operating airports or large public projects.

• Provide a list of all airport clients in the last ten (10) years.

• Describe the Lead Contractor’s and Lead Designer’s ability to: o Design and construct an airport terminal renovation project

at a major operating airport in the United States;

o manage varied myriad stakeholders, sometimes with competing interests, to successfully complete projects within an acceptable and predictable timeframe;

o provide detailed existing conditions surveillances in a BIM format suitable for creating an initial design background;

o utilize a BIM process based on established or owner’s standards to design, optimize, estimate, schedule, construct and commission a complex renovation project utilizing collaborative methods;

o manage design quality and production utilizing the Last Planner System® for a major renovation project;

o successfully support a formal Value Engineering effort and seamlessly integrate accepted design modifications;

o design and phase comparable projects in airports or dense, congested urban environments requiring 24/7 operations while minimizing adverse impacts on operations and traffic;

o permit and prepare ready to issue construction documents in the City of Los Angeles;

o maintain and effectively manage complicated, high volume vehicular traffic flow during construction;

o interface with other contractors/projects in the local and immediate vicinity of the referenced project(s);

o coordinate construction projects with Los Angeles area utilities and public sector agencies impacted by the construction activity;

o deliver projects on time and within the original budget;

o manage preconstruction and construction utilizing the Last Planner System® for a major renovation project;

o deliver quality projects as evidenced by customer satisfaction, code compliance, successful project commissioning and closeout;

Page 16 of 28

Terminal Cores and APM Interface Project

o work with each other as an integrated team on past projects; and

o demonstrate environmental stewardship and approaches to being stewards of natural resources, neighborhoods, historic sites, communities, cultural resources and environmental conditions related to the referenced project(s);

8.4.3.3. Submittal Requirements Provide a narrative detailing the Lead Contractor’s, Lead Designer’s and significant subcontractor’s or subconsultant’s qualifications and experience. In addition, provide the following: • Submit a separate Project Experience Form for each project for

the Lead Contractor and Lead Designer (and identified subcontractors, if any), for a maximum of 10 projects each. Each Project Experience Form shall demonstrate the Lead Contractor’s or Lead Designer’s (or identified subcontractor’s) experience in designing and constructing comparable projects. If the Lead Contractor or Lead Designer is a joint venture or group of entities, the experience of a joint venture member or entity that forms part of the group of entities may be used as an example of the Lead Contractor’s or Lead Designer’s project experience.

• Submit one Project Summary Information Form to list all projects identified in this Section 8.4.3. Proposers are requested to verify that contact information contained in Project Experience Form and Project Summary Information Form is correct, and are advised that if the contact information provided is not current, LAWA may elect to exclude the experience represented by that project in determining Proposer’s qualifications. If excluded projects reduce the total number of projects for consideration below the minimum, LAWA may, at its sole discretion, find the SOQ non-responsive.

8.4.4. Project Approach 8.4.4.1. Organization and Team Structure

Evaluation Criteria - LAWA will evaluate the effectiveness of the proposed organizational structure and the identified Key Personnel positions and individuals for designing and constructing the Project. Submittal Requirements: • Organizational Chart – Submit a chart which sets forth the

Proposer’s organizational structure, including all Members, identifies the proposed functions of each Member and anticipated reporting structure of the Proposer.

• Functional Organizational Chart – Submit a functional organizational chart which identifies the essential functions of a Design/Build project of this nature and the Key Personnel positions and individuals slated to lead those functions. Functional elements should include as a minimum, safety, quality, design, preconstruction, construction, commissioning,

Page 17 of 28

Terminal Cores and APM Interface Project

stakeholder management, risk management and the appropriate breakdowns of each.

• Team Structure – Submit a narrative describing the Proposer’s management structure, including its teaming arrangements, allocation of roles and responsibilities within Proposer’s team and how the Proposer will organizationally operate at each phase of the Project (i.e., environmental mitigation, existing conditions surveillance, design, utilities, preconstruction, construction, system integration, commissioning and closeout).

• Key Personnel – Identify the key positions that Proposer anticipates will be required for successful delivery of the Project. Identify individuals to fill each key position. Provide resumes of not more than two pages per resume that include three references for each identified individual. Each of the three references provided for each identified individual must be from different projects. References shall be previous owners, clients or employers and shall include the name, position, company or agency and current postal and email addresses and phone numbers. Proposers are requested to verify that contact information is correct, and are advised that if the contact information provided is not current, LAWA may elect to exclude the experience represented in determining Key Personnel qualifications.

8.4.4.2. Design/Build Management Plan Evaluation Criteria - LAWA shall evaluate the comprehensiveness of the proposed Design/Build Management Plan and whether it clearly identifies objectives and effective proposed management solutions to achieve the identified objectives. Submittal Requirements - Submit a narrative summary of the proposed Design/Build Management Plan that addresses: • The proposed management objective, including specific

descriptions regarding the integration of the Design/Build team and the functional responsibilities of each member.

• The Design/Build team’s approach toward managing each of the functional elements of the project, including communications, management tools, project controls, technology solutions, etc.

• The approach to design excellence including but not limited to: o Proposed methods to determine and assess existing

conditions;

o Involving stakeholders and integrating their input into the design and construction solutions;

o Managing stakeholder expectations throughout the design stage;

o Utilizing the BIM process from the onset of the design effort through project commissioning;

o Utilizing the Last Planner System® to manage the quality and production of deliverables;

Page 18 of 28

Terminal Cores and APM Interface Project

o Establishing and implementing a quality control process that allows delay-free construction implementation;

8.4.4.3. Communication Strategy Evaluation Criteria - LAWA will evaluate the proposed communication strategy, including internal and external communications, information management and system integration with LAWA to determine its effectiveness, flexibility and adequacy. Submittal Requirements - Submit a narrative summary of the proposed communication strategy. The strategy should focus on the following objectives: • Timely dissemination of information

• Facilitation of decision making

• Coordination to resolve potential conflicts

• Integration of information and resources

As a minimum discuss the communications solutions for the integration of design data, management of correspondence, reporting of project metrics and ongoing day to day work progress throughout the lifecycle of the Project.

8.4.5. Inclusivity 8.4.5.1. Prior Goals and Level of Achievement

Evaluation Criteria - LAWA shall evaluate the experience of Major Participants with achieving Small Business Enterprise or other equivalent small business or inclusivity program goals, including good faith efforts to achieve such goals (if applicable) for each of the projects identified by Proposer in response to Section 8.4.3. Submittal Requirements - LAWA’s evaluation of this criterion will use the inclusivity information provided in the Project Experience Form submittals required by Section 8.4.3.

8.4.5.2. Approach to Inclusivity Evaluation Criteria - LAWA shall evaluate Proposer’s approach and methodology for (i) achieving meaningful participation by LBEs, LSBEs, SBEs, diverse and other businesses in the make-up of the Proposer team for all aspects of the Project, including the Proposer’s use of innovative techniques to maximize this participation; and (ii) working with the local community to provide meaningful employment opportunities to underrepresented residents who live within the airport impact area, including how the Proposer will establish a workforce development program focused on the identification and training of underrepresented local residents to allow them to compete for the short and long-term employment opportunities associated with the Project. Submittal Requirements - Submit the following two narratives:

• Submit a narrative describing Proposer’s approach and methodology for achieving meaningful participation by LBEs, LSBEs, SBEs, diverse and other businesses in the make-up of

Page 19 of 28

Terminal Cores and APM Interface Project

the Proposer’s team for all aspects of the Project, including the Proposer’s use of innovative techniques to maximize this participation. Identify ways that the Proposer will achieve participation for both the design and construction of the project.

• Submit a narrative detailing how the Proposer will work with the local community to provide meaningful employment opportunities to underrepresented residents who live within the airport impact area, including how the Proposer will establish a workforce development program focused on the identification and training of underrepresented local residents to allow them to compete for the short and long-term employment opportunities associated with the Project.

8.5. Shortlist of Qualified Proposers Upon the completion of the written SOQ evaluation process, LAWA reserves the right to develop a list of the most qualified proposers. If LAWA receives less than three responsive SOQs, LAWA may either (a) proceed with the procurement with a smaller number of Shortlisted Proposers or (b) terminate this procurement.

8.6. Interview Evaluation Criteria LAWA reserves the right to conduct interviews with Proposers where LAWA determines, in its sole discretion, that interviews are useful to obtain the information necessary to fully evaluate SOQs. Interviews will be based on the evaluation criteria stated in this RFQ. LAWA will provide a written invitation for interview to selected Proposers. The written invitation will detail instructions, agenda, location, and time for invited Proposers to attend the interview. The scores of the written and interview (if conducted) evaluations will be averaged to determine the proposer’s overall score for the Statement of Qualifications. LAWA may determine that a second round of interviews is required to obtain the information necessary to fully evaluate the Proposers.

8.7. Debriefing Proposers that are not shortlisted may request a debriefing in writing. The Procurement Supervisor must receive debriefing requests within 10 days of the Shortlist Selection Date.

9. INTERPRETATIONS AND CLARIFICATIONS 9.1. Request in Writing

The Proposer may request, in writing, a clarification or interpretation of any aspect of the RFQ Documents. Such requests must be made in writing by email to:

Jamaal Avilez, Procurement Supervisor [email protected]

Subject: RFQ – Terminal Cores and APM Interface Projects

9.2. Deadline for Questions All questions must be received no later than twenty-one (21) calendar days before the date and time set for receipt of SOQs. All RFQ documents and related documents including applicable questions and answers will be posted on and downloadable from the following City of Los Angeles website: Business Assistance Virtual Network (LABAVN):

www.LABAVN.org

Page 20 of 28

Terminal Cores and APM Interface Project

Proposers shall bear the responsibility to review and be familiar with all questions and responses and any other information posted by LAWA on LABAVN, if any, through the SOQ Due Date. LAWA will not be responsible for any failure of a Proposer to receive information on LABAVN.

Questions, including requests for clarification or interpretation, shall specifically reference the relevant RFQ or addenda section and page number, unless such request is of general application (in which case the request for clarification shall so note). Proposer shall draft its questions and requests in a manner that does not explicitly identify or otherwise indicate Proposer’s identity in the body of the question.

9.3. Oral Inquiries LAWA will not accept or respond to oral inquiries. The City of Los Angeles and LAWA is not responsible for any answers not published on the LABAVN website.

9.4. Response to Questions If LAWA determines that a decision or interpretation requires that an addendum to the RFQ document be issued, such addendum will be in writing, signed by LAWA, and published on LABAVN. It shall be the Proposer’s responsibility to ensure it has reviewed all such interpretations or clarifications.

9.5. Prohibited Communication Proposers may not directly contact or communicate with any LAWA employee (with the exception of the identified LAWA Procurement Supervisor), or elected official in relation to the selection process at any time prior to the notification that the contract has been awarded. This restriction shall remain in place from the issuance of this RFQ, through the RFP process. Communications include face-to-face, telephone, e-mail, or other written communications. Failure to comply with these procedures may result in disqualification of the involved firm, at the sole discretion of LAWA. The specific communication protocols are as follows:

9.5.1. LABAVN All LAWA communications with Proposers prior to submittal of Proposer’s SOQ shall be via LABAVN, unless otherwise authorized by the Procurement Supervisor.

9.5.2. Written Communication Unless otherwise specifically noted in this RFQ, or authorized by the Procurement Supervisor in writing, following the submittal of an SOQ, all LAWA communications with Proposers shall be between the Procurement Supervisor and an authorized representative of Proposer. Communications (including all questions, correspondence and proposer clarification requests) shall follow the instructions in this RFQ and be submitted in writing, via e-mail to [email protected].

9.5.3. Post RFQ Communication Following the selection of the Shortlisted Proposers, LAWA anticipates that certain communications and contacts will be permitted. The RFP and/or other written communications from LAWA will set forth the rules and parameters of such permitted contacts and communications. To the extent any Proposer intends at any time to initiate contact with the general public regarding the Project, LAWA must approve in writing, prior to the commencement of such activities, the nature of such intended contact and substance thereof.

Page 21 of 28

Terminal Cores and APM Interface Project

10. ADDENDA 10.1. Right to Revise RFQ

LAWA reserves the right to revise the RFQ documents at any time. Any such revision(s) shall be done exclusively through, and described in, addenda to the RFQ, which shall be published, on LABAVN.

10.2. Postponing Due Date If LAWA determines that the addenda may require significant changes to the Scope of Services, the deadline for submitting the SOQs may be postponed by the number of days that LAWA determines will allow Proposers sufficient time to revise their submittals. Any new submittal deadline date for delivering SOQs to LAWA shall be included in the addenda. Any postponement will be published on LABAVN.

10.3. Addenda Availability Each addendum will be published on LABAVN. Addenda so issued are to be considered a part of this RFQ.

10.4. Proposers Responsibility It shall be the Proposer’s responsibility to ensure it has received and reviewed all such addenda to the SOQ documents. LAWA may disqualify the proposer for any failure to acknowledge receipt of addenda. Proposers must acknowledge receipt of all addenda with their SOQ.

11. CITY POLICIES AND AGREEMENTS 11.1. Administrative Requirements

Please see Attachment 2: Administrative Requirements which include the following topics and required forms: • Campaign Contribution Restrictions (CEC 55 Forms)** • Contractor Responsibility Program** • Municipal Lobbying Ordinance** **Required forms to be turned in with the SOQ.

11.2. Small Business Enterprise Program Professional services contracts made and entered into by the City of Los Angeles are subject to the Small Business Enterprise Utilization and Equal Employment Opportunity Rules adopted by the City of Los Angeles. LAWA Procurement Services Division will establish a mandatory Small Business Enterprise (SBE) goal for this project based on the scope of service defined for the RFP. All shortlisted proposers will be required to pledge to achieve, at a minimum, the goal set forth by LAWA’s Procurement Services Division in their RFP submittal.

11.3. Right to Reject SOQs LAWA reserves the right to reject any or all SOQs; to waive any informality in the SOQs when, to do so, would be to the advantage of LAWA; to reject any unapproved alternate SOQ(s); and reserves the right to reject the SOQ of any Proposer who has previously failed to perform competently in any prior business relationship with the City of Los Angeles or LAWA. The receipt of SOQs shall NOT in any way, obligate LAWA, the Board of Airport Commissioners, or the City of Los Angeles to enter into an agreement, or any other contract of any kind with any prospective Proposer.

11.4. Proposers Disqualification for Attempted Improper Influence Any attempt by a Proposer to improperly influence a member of the Evaluation Panel directly or indirectly during the SOQ evaluation and scoring process will result in the elimination of that Proposer from consideration.

Page 22 of 28

Terminal Cores and APM Interface Project

11.5. Project Labor Agreement All construction work under the Project is subject to the Los Angeles Department of Airports Construction Project Labor Agreement, available on LABAVN. The Design/Builder shall comply with the terms of the Project Labor Agreement for all work performed under the Contract; however, the Project Labor Agreement shall not be construed as superseding California Labor Code requirements nor any applicable federal, State of California and local laws, if any. The Design/Builder should be aware that there may be changes in laws since the date of the Project Labor Agreement. The Design/Builder is responsible for the understanding of current applicable laws affecting labor.

12. PROPERTY OF CITY/PROPRIETARY MATERIAL 12.1. Subject to Public Records Act

All SOQs submitted in response to this RFQ shall become the property of the City of Los Angeles and LAWA and subject to the State of California Public Records Act. Proposers must identify all copyrighted material, trade secrets, or other proprietary information that the proposers claim are exempt from the California Public Records Act (California Government Code Section 6250 et seq.). If a Proposer believes that certain information in its SOQ is confidential, a trade secret or proprietary information exempt from the California Public Records Act, the Proposer shall comply with the procedure set forth in Section 12.2.

12.2. Exemption from Public Records Act In the event a Proposer claims such an exemption, the Proposer is required to state in the SOQ the following: “The Proposer will indemnify the City of Los Angles and its officers, employees and agents, and hold them harmless from any claim or liability and defend any action brought against them for their refusal to disclose copyrighted material, trade secrets, or other proprietary information to any person making a request therefore.” Failure to include such a statement shall constitute a waiver of a Proposer’s right to exemption from this disclosure.

If a request is made for the disclosure of information that Proposer claims is exempt, LAWA will endeavor to provide any Proposer who submits any portion of the SOQ claimed as exempt with reasonably timely notice of any demand for inspection or copying of such information under the California Public Records Act to allow any such Proposer to seek protection from disclosure by a court of competent jurisdiction.

LAWA shall endeavor to limit distribution of information that Proposer claims is exempt only to those individuals within LAWA and other third-party advisors and consultants that LAWA determines are reasonably necessary to participate in the review and evaluation of SOQs. LAWA shall not be, under any circumstances, responsible or liable to any Proposer or any other person for the disclosure of any information claimed as exempt whether such disclosure is required by law, by an order of court, or as a result of inadvertence, mistake or negligence on the part of LAWA, or its elected or appointed officials, officers, employees, agents, contractors, representatives or consultants.

LAWA, by issuance of this RFQ or the receipt of SOQs, shall not, nor be deemed to, undertake or assume any obligation for protection or to seek protection for a Proposer’s claim that information is exempt and LAWA cannot and does not purport to determine whether any information claimed as exempt is in fact exempt from disclosure under the California Public Records Act. Absent the granting of a court

Page 23 of 28

Terminal Cores and APM Interface Project

order prohibiting LAWA from releasing the requested information, LAWA may release the requested information as required by applicable law.

In the event of litigation concerning the disclosure of any material submitted by the submitting party, LAWA’s sole involvement will be as a stakeholder retaining the material until otherwise ordered by a court and the submitting party shall be responsible for otherwise prosecuting or defending any action concerning the materials at its sole expense and risk. The submitting party shall reimburse LAWA for any expenses it incurs in connection with any such litigation

13. PROTESTS OF RFQ CONTENT AND PROTESTS OF SHORTLIST 13.1. Mandatory Time Limits

The procedures and time limits set forth in this section are mandatory and are the proposer’s sole and exclusive remedy in the event of protest. Failure to comply with these procedures will constitute a waiver of any right to further pursue the protest, including filing a Government Code claim or legal proceedings.

13.2. Purpose of Procedures The purpose of the following procedures is to provide a method for resolving, prior to receipt of SOQs, protests regarding the content of this RFQ, or prior to shortlist, protests regarding the recommendation of a shortlist by LAWA. This procedure will enable the Board of Airport Commissioners to ascertain all of the facts necessary to make an informed decision regarding the award of the contract.

13.3. Protests of RFQ Content A protest and all required copies relative to the content of the Request For Qualifications (RFQ), must be submitted in detail, in writing, signed by the Protestor or by a representative of Protestor, and be received in the offices of the Los Angeles City Attorney’s Office, Airport Division, and the Office of the Board of Airport Commissioners, at the below addresses, before 5:00 p.m. of the fifth business day after issuance of the RFQ by LAWA. The protest shall contain a full and complete statement specifying, in detail, the factual grounds and legal basis of the protest of the content of the RFQ. The protest shall refer to the specific portion of the RFQ or other related document that forms the basis for the protest. The protest must include the name, address, and telephone number of the Protestor and Protestor’s representatives. Protests related to an addendum to the RFQ must be received before 5:00 p.m. on the sooner of (i) the fifth business day after LAWA’s issuance of the addendum; or (ii) the SOQ Due Date. In addition, a Proposer may only file a protest after it has informally discussed the nature and basis of the protest with LAWA (in accordance with the Prohibited Communications section of this RFQ) in an effort to remove the grounds for protest. All protests must be addressed to: The Office of the City Attorney, Airport Division 1 World Way, Room 104 Los Angeles, CA 90045 with a copy to the: Secretary of the Board of Airport Commissioners 1 World Way Los Angeles, CA 90045

Page 24 of 28

Terminal Cores and APM Interface Project

Only protests meeting the above criteria will be reviewed and submitted to the Board of Airport Commissioners. The Board of Airport Commissioners will issue its decision regarding the protest. If the Board of Airport Commissioners determines that the protest was frivolous, the party originating the protest may be determined by the Board of Airport Commissioners to be non-responsible and that party may be determined to be ineligible to submit a SOQ in response to this RFQ

13.4. Protests of Recommended Shortlist A protest and all required copies relative to the recommendation of a particular Proposer(s) to a shortlist from this RFQ, must be submitted in detail, in writing, signed by the Protestor or by a representative of Protestor, and received in the offices of the Los Angeles City Attorney’s Office, Airport Division, and the Office of the Board of Airport Commissioners, at the below addresses, before 5:00 p.m. of the fifth business day after the notification of the recommendation for award. The protest shall contain a full and complete statement specifying, in detail, the factual grounds and legal basis of the protest. The protest shall refer to the specific portion of the RFQ, any submitted SOQ, or other document that forms the basis for the protest. The protest must include the name, address, and telephone number of the Protestor and Protestor’s representatives. In addition, a Proposer may only file a protest after it has informally discussed the nature and basis of the protest with LAWA (in accordance with the Prohibited Communications section of this RFQ) in an effort to remove the grounds for protest. All protests must be addressed to: The Office of the City Attorney, Airport Division 1 World Way, Room 104 Los Angeles, CA 90045 with a copy to the: Secretary of the Board of Airport Commissioners 1 World Way Los Angeles, CA 90045 The party filing the protest must, at the same time as delivery to the City Attorney’s office and the Secretary of the Board of Airport Commissioners as set forth above, deliver a copy of the protest and any accompanying documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other Proposers. The Board of Airport Commissioners will only consider protests by any Proposer(s) who appear(s) to have a substantial and reasonable prospect of being shortlisted if the protest is sustained.

13.5. Only Valid Protests Considered Only protests meeting the above criteria will be reviewed and submitted to the Board of Airport Commissioners. Protesting and potentially affected parties will be notified of the time and date that the protest will be discussed in a public session of the Board of Airport Commissioners. Protesting parties will be given an opportunity to present their arguments at the public session.

Page 25 of 28

Terminal Cores and APM Interface Project

13.6. Frivolous Protests Following the public discussion of the protest, the Board of Airport Commissioners will issue its decision regarding the protest. If the Board of Airport Commissioners determines that the protest was frivolous, the party originating the protest may be determined by the Board of Airport Commissioners to be non-responsible and that party may be determined to be ineligible for future contract awards.

13.7. Protest Costs If the protest in granted, LAWA shall not be liable for payment of the protestor’s cost unless LAWA acted fraudulently or in bad faith in opposing the protest. Except as provided in the previous sentence, LAWA shall not be liable for any damages to the entity filing the protest or to any participant in the protest, on any basis, expressed or implied.

13.8. Schedule Impact LAWA has no obligation to modify the Project procurement and shortlisting to allow for completion of a protest process.

13.9. Waiver By submitting an SOQ, each Proposer expressly recognizes and agrees to the limitation on its rights to protest provided in this section, and expressly waives all other rights and remedies that may be available to Proposer under law. These provisions are included in this RFQ expressly in consideration for such waiver and agreement by Proposers. If a Proposer disregards, disputes or does not follow the exclusive protest remedies provided in this section, it shall indemnify and hold LAWA and its officers, employees, agents, and consultants harmless from and against all liabilities, fees and costs, including legal and consultant fees and costs, and damages incurred or suffered as a result of such Proposer’s actions. Each Proposer, by submitting an SOQ, shall be deemed to have irrevocably and unconditionally agreed to this indemnity obligation.

14. ADDITIONAL LEGAL INFORMATION 14.1. Reproduction and Personal Use of Information

LAWA shall be free to use as its own, without payment of any kind or liability therefore, except as provided for in Section 1.6.4 of this RFQ, any idea, scheme, technique, suggestion, layout, or plan received during this procurement process.

14.2. City Held Harmless The following is the “City Held Harmless” language that will be included in the successful Proposer’s contract.

14.2.1. Indemnification of the City To the fullest extent permitted by law, Consultant shall defend, indemnify and hold harmless City and any and all of City’s Boards, officers, agents, employees, assigns and successors in interest from and against any and all suits, claims, causes of action, liability, losses, damages, demands or expenses (including, but not limited to, attorney’s fees and costs of litigation), claimed by anyone (including Consultant and/or Consultant’s agents or employees) by reason of injury to, or death of, any person(s) (including Consultant and/or Consultant’s agents or employees), or for damage to, or destruction of, any property (including property of Consultant and/or Consultant’s agents or employees) or for any and all other losses, founded upon or alleged to arise out of, pertain to, or relate to the Consultant’s and/or Sub-Consultant’s performance of the Contract, whether or not contributed to by any act or omission of City, or of any of City’s Boards, officers, agents or

Page 26 of 28

Terminal Cores and APM Interface Project

employees; Provided, however, that where such suits, claims, causes of action, liability, losses, damages, demands or expenses arise from Consultant’s professional services as defined by California Civil Code section 2782.8, Consultant’s indemnity obligations shall be limited to allegations, suits, claims, causes of action, liability, losses, damages, demands or expenses arising out of, pertaining to, or relating to the Consultant’s negligence, recklessness or willful misconduct in the performance of the Contract

14.2.2. Additional Indemnification In addition, Consultant agrees to protect, defend, indemnify, keep and hold harmless City, including its Boards, Departments and City’s officers, agents, servants and employees, from and against any and all claims, damages, liabilities, losses and expenses arising out of any threatened, alleged or actual claim that the end product provided to LAWA by Consultant violates any patent, copyright, trade secret, proprietary right, intellectual property right, moral right, privacy, or similar right, or any other rights of any third party anywhere in the world. Consultant agrees to, and shall, pay all damages, settlements, expenses and costs, including costs of investigation, court costs and attorney’s fees, and all other costs and damages sustained or incurred by City arising out of, or relating to, the matters set forth above in this paragraph of the City’s “Hold Harmless” agreement.

14.2.3. Consultant’s Defense of the City In Consultant’s defense of the City under this Section, negotiation, compromise, and settlement of any action, the City shall retain discretion in and control of the litigation, negotiation, compromise, settlement, and appeals there from, as required by the Los Angeles City Charter, particularly Article II, Sections 271, 272 and 273 thereof.

14.2.4. Survival of Indemnities The provisions of this section shall survive the termination of this Agreement.

15. LAWA RESERVED RIGHTS In connection with this procurement, LAWA reserves to itself all rights (which rights shall be exercisable by LAWA in its sole discretion) available to it under applicable law, including without limitation, with or without cause and with or without notice, the right to:

a. Withdraw or cancel this RFQ or the subsequent RFP in whole or in part at any time prior to the execution by LAWA of a Contract, without incurring any cost obligations or liabilities.

b. Issue a new RFQ.

c. Not issue an RFP.

d. Accept or reject at any time any and all submittals, responses and SOQs when to do so would be to the City’s advantage

e. Reject any SOQ from a Proposer who has previously failed to timely and satisfactorily perform any contract with the City of Los Angeles.

f. Terminate at any time evaluations of SOQs.

g. Revise this RFQ and issue addenda, supplements and modifications to this RFQ at any time.

Page 27 of 28

Terminal Cores and APM Interface Project

h. Require verification or confirmation of information furnished by a Proposer, require additional information from a Proposer concerning its SOQ and require additional evidence of qualifications to perform the work described in this RFQ or a subsequent RFP.

i. Add or delete Proposer responsibilities from the information contained in this RFQ or any subsequent RFP.

j. Permit clarifications or supplements to an SOQ.

k. Disqualify any Proposer who changes its SOW without LAWA approval.

l. Exercise any other rights reserved or afforded to LAWA under this RFQ and applicable law, including waiving deficiencies, informalities, irregularities, or omissions in an SOQ when to do so would be to the City’s advantage or accepting and reviewing a non-conforming SOQ.

LAWA, the Board of Airport Commissioners and the City of Los Angeles make no representations that a Contract will be awarded based on the results of this RFQ, the RFP or the Project procurement. This RFQ does not commit LAWA to determine the Shortlisted Proposers, to enter into a Contract, or to proceed with the procurement described in this RFQ. Except as expressly set forth in Section 1.6.4, LAWA assumes no obligations, responsibilities, and liabilities, fiscal or otherwise, to reimburse all or part of the cost incurred or alleged to have been incurred by parties considering a response to and/or responding to this RFQ or any subsequent RFP. All of such costs shall be borne solely by each Proposer.

In no event shall LAWA, the Board of Airport Commissioners or the City of Los Angeles be bound by, or liable for, any obligations with respect to the Project until such time (if at all) as a Contract, in form and substance satisfactory to LAWA, has been authorized and executed by the Board of Airport Commissioners and then, only to the extent set forth in the Contract.

END OF INSTRUCTIONS TO PROPOSERS

Page 28 of 28

Terminal Cores and APM Interface Project

ATTACHMENT 1:

Preliminary APM Project Layout Plan

Terminal Cores and APM Interface Project

ATTACHMENT 2:

Administrative Requirements

RFQ (File 7945) - Terminal Cores and Improvements - 1 -

Adm

inis

trat

ive

Req

uire

men

ts

RFQ (File 7945) - Terminal Cores and Improvements - 2 -

Administrative Requirements The following administrative requirements may reference the Los Angeles City Charter (LACC), Los Angeles Municipal Code (LAMC), or Los Angeles Administrative Code (LAAC). Forms and explanatory documents for each of the requirements are available at www.lawa.org. For further information or assistance regarding all LAWA administrative requirements, contact:

Los Angeles World Airports Procurement Services Division P O Box 92216 Los Angeles, CA 90009-2216 Phone: (424) 646-5380 Fax: (424) 646-9262 E-mail: [email protected] Internet: www.lawa.org –> About LAWA -> Business Opportunities - > Administrative Requirements

ATTENTION - REQUIRED SUBMISSION FOR RFQ: 1. BIDDER CONTRIBUTIONS CEC FORM 55 (CONTRACT BIDDER CAMPAIGN

CONTRIBUTION AND FUNDRAISING RESTRICTIONS) Persons who submit a response to this Request for Bid/Proposal/Qualifications are subject to Charter section 470(c)(12) and related ordinances. As a result, bidders/proposers/respondents may not make campaign contributions to and or engage in fundraising for certain elected City officials or candidates for elected City office from the time they submit the response until either the contract is approved or, for successful bidders/proposers/respondents, 12 months after the contract is signed. The bidder's/proposer’s/respondents’ principals and subcontractors performing $100,000 or more in work on the contract, as well as the principals of those subcontractors, are also subject to the same limitations on campaign contributions and fundraising. Bidders/Proposers/Respondents must submit CEC Form 55 (attached) to LAWA with their bid/proposal/Statement of Qualifications. The form requires bidders to identify their principals, their subcontractors performing $100,000 or more in work on the contract, and the principals of those subcontractors. Bidders/Proposers/Respondents must also notify their principals and subcontractors in writing of the restrictions and include the notice in contracts with subcontractors. Responses submitted without a completed CEC Form 55 shall be deemed nonresponsive. Bidders/Proposers/Respondents who fail to comply with City law may be subject to penalties, termination of contract, and debarment. Additional information regarding this requirement may be obtained at: 200 N. Spring Street City Hall, 24th Floor Los Angeles, California 90012 (213) 978-1960 (213) 978-1988 [Fax]

RFQ (File 7945) - Terminal Cores and Improvements - 3 -

[email protected] Web: http://ethics.lacity.org Attachments: • Bidder Contributions CEC Form 55 • Los Angeles City Ethics Commission Special Bulletin, available at

http://ethics.lacity.org/pdf/pressrelease/press_042511_New_Charter_Amend_Limits_Bidder_Bulletin.pdf 2. CONTRACTOR RESPONSIBILITY PROGRAM Pursuant to Resolution No. 21601 adopted by the Board of Airport Commissioners, effective May 20, 2002, the Contractor Responsibility Program (CRP) is the policy of Los Angeles World Airports (LAWA) to ensure that all LAWA contractors have the necessary quality, fitness and capacity to perform the work set forth in the contract. LAWA shall award contracts only to entities and individuals it has determined to be Responsible Contractors. The provisions of this Program apply to leases and contracts for construction, for services, and for purchases of goods and products that require Board approval. Bidders/Proposers are required to complete and submit with the bid/proposal the attached “Contractor Responsibility Program Questionnaire” that provides information LAWA needs in order to determine if the Bidder/Proposer is responsible and has the capability to perform the contract. The information contained in the CRP Questionnaire is subject to public review for a period of not less than 14 days. Bidders/Proposers are also required to complete, sign and submit with the bid/proposal the attached “Contractor Responsibility Program Pledge of Compliance.” Bidders/Proposers are also required to respond within the specified time to LAWA’s request for information and documentation needed to support a Contractor Responsibility determination. Subcontractors will be required to submit the Pledge to the prime contractor prior to commencing work. For the list of Contractor Responsibility Program respondents, please visit our website www.lawa.org -> About LAWA -> Business Opportunities - > Administrative Requirements - > Contractor Responsibility Program -> Contractor Responsibility Program Questionnaire Respondents. Attachments:

• Contractor Responsibility Program Questionnaire • Contractor Responsibility Program Pledge of Compliance

3. MUNICIPAL LOBBYING ORDINANCE Pursuant to the Los Angeles Municipal Code, Section 48.09, all bids/proposals must include a copy of the Municipal Lobbying Ordinance in one of the following formats: on paper, in an electronic format, or through a link to an online version of the ordinance. The City's Municipal Lobbying Ordinance requires certain individuals and entities to register with the City Ethics Commission and requires public disclosure of certain lobbying activities, including money received and spent. Additionally, for all construction contracts, public leases, or licenses of any value and duration; goods or service contracts with a value greater than $25,000 and a term of at least three months, each bidder/proposer must submit with its bid a certification, on a form (CEC Form 50) proscribed by the City Ethics Commission, that the bidder acknowledges and

RFQ (File 7945) - Terminal Cores and Improvements - 4 -

agrees to comply with the disclosure requirements and prohibitions established in the Los Angeles Municipal Lobbying Ordinance, if the bidder qualifies as a lobbying entity. Failure to submit the Bidder Certification CEC Form 50 with the bid/proposal will render the bid/proposal non-responsive. Additional information regarding this requirement may be obtained at: 200 N. Spring Street City Hall, 24th Floor Los Angeles, California 90012 (213) 978-1960 (213) 978-1988 [Fax] [email protected] Web: http://ethics.lacity.org Attachments: • Municipal Lobbying Ordinance, available at http://www.lawa.org/welcome_LAWA.aspx?id=586 • Bidder Certification CEC Form 50, available at http://www.lawa.org/welcome_LAWA.aspx?id=586 POTENTIAL ADMINISTRATIVE REQUIREMENTS THESE REQUIREMENTS MAY BE REQUIRED AT A LATER TIME FOR ENTITIES THAT RESPOND TO A FUTURE RFP RESULTING FROM A QUALIFIED PROPOSER LIST: 1. VENDOR IDENTIFICATION FORM

The Vendor ID form requires general information about a bidder/proposer’s business as well as the Seller’s Permit and the Business Tax Registration Certificate (BTRC) numbers, Payment Terms, Equal Employment Opportunity Officer contact information, and data on the firm’s City of Los Angeles contracts (if applicable).

• Seller’s Permit Number

The Seller’s Permit Number is required if the vendor is engaged in business in California; intends to sell or lease tangible personal property that would ordinarily be subject to sales tax if sold at retail; will make sales for a temporary period, normally lasting no longer than 30 days at one or more locations. The enforcing agency for this requirement is the Board of Equalization, the Sales and Use Tax Department. Additional information regarding this requirement can be found at http://www.boe.ca.gov/sutax/sutprograms.htm.

• Payment terms

Payment terms represent LAWA’s conditions under which the vendor will be reimbursed for his/her services or sold goods. Typically, these terms specify the period allowed to a buyer to pay off the amount due.

• Business Tax Registration Certificate

RFQ (File 7945) - Terminal Cores and Improvements - 5 -

Pursuant to the LAMC, Chapter 2, Article 1, Section 21.03, persons engaged in any business or occupation within the City of Los Angeles are required to register and pay the required tax. Businesses, including vendors, subject to this tax are issued a Business Tax Registration Certificate (BTRC) or a Vendor Registration Number (VRN). Information regarding this requirement may be obtained at Office of Finance, Tax & Permit Division, 200 N. Spring St., Room 101, Los Angeles, CA 90012, Phone: (213) 473-5901, Web: http://finance.lacity.org.

• List of Other City of Los Angeles Contracts (during previous ten years)

Bidders/Proposers must submit a list of all City of Los Angeles contracts held within the last ten (10) years. For additional information regarding all LAWA administrative requirements, please contact Procurement Services at (424) 646-5380 or visit our website at www.lawa.org -> About LAWA -> Business Opportunities - > Administrative Requirements. 2. AFFIDAVIT OF NON-COLLUSION Pursuant to the LAAC, Division 10, Chapter 1, Article 2, Section 10.15, each bid/proposal must include the attached affidavit of the Bidder/Proposer that the bid/proposal is genuine, and not a sham or collusive, or made in the interest or on behalf of any person, and that the Bidder/Proposer has not directly or indirectly induced or solicited any other Bidder/Proposer to submit a sham bid, or any other person, firms, or corporation to refrain from bidding, and that the Bidder/Proposer has not sought by collusion to secure for himself/herself an advantage over any other Bidder/Proposer. Bidders/Proposers must complete, notarize, and submit the “Affidavit to Accompany Proposals or Bids” with the bid/proposal. 3. AFFIRMATIVE ACTION Pursuant to the LAAC, Division 10, Chapter 1, Article 1, Sections 10.8. et seq. and the Board of Airport Commissioners Resolution No. 23772, it is the policy of the City of Los Angeles to require each person or entity contracting for goods or services to comply with the Non-discrimination, Equal Employment Practices, and Affirmative Action Program provisions of the City of Los Angeles. All Bidders/Proposers must agree to adhere to the Non-Discrimination provision, designate an Equal Employment Opportunity Officer and provide his/her contact info in the Vendor Identification Form enclosed in the administrative requirements package. 4. ASSIGNMENT OF ANTI-TRUST CLAIMS It is the policy of Los Angeles World Airports (“LAWA”) to inform each Bidder/Proposer that in submitting a bid/proposal to LAWA, the Bidder/Proposer may be subject to California Government Code Sections 4550 – 4554. If applicable, the Bidder/Proposer offers and agrees

RFQ (File 7945) - Terminal Cores and Improvements - 6 -

that if the bid is accepted, it will assign to LAWA all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act or under the Cartwright Act, arising from purchases of goods, services, or materials by the Bidder/Proposer. Such assignment is made and becomes effective at the time LAWA tenders final payment to the Bidder/Proposer. 5. BID/PROPOSAL BOND Pursuant to the LACC, Section 371, and the LAAC, Division 10, Chapter 1, Article 2, Section 10.15, it is the policy of the City of Los Angeles to require that every bid/proposal be accompanied by either (a) a check certified by a responsible bank in the City of Los Angeles; (b) a cashier’s check issued by a responsible bank; (c) a corporate surety bond of a responsible surety company for an amount not less than ten percent (10%) of the amount bid, payable to the order of the City of Los Angeles, Department of Airports, as a guarantee that the bidder will enter into the proposed contract and furnish the required bonds. 6. CHILD SUPPORT OBLIGATIONS Pursuant to the LAAC, Division 10, Chapter 1, Article 1, Section 10.10, contractors and subcontractors performing work for the City must comply with all reporting requirements and Wage and Earning Assignment Orders relative to legally mandated child support and certify that contractors/subcontractors will maintain such compliance throughout the term of the contract. 7. EQUAL BENEFITS ORDINANCE Any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of the Los Angeles Administrative Code Section 10.8.2.1, Equal Benefits Ordinance (EBO). The EBO requires City contractors who provide benefits to employees with spouses provide the same benefits to employees with domestic partners. Domestic partners are defined as two adults living together, jointly responsible for living expenses, committed to an intimate and caring relationship and registered as domestic partners with a governmental entity. Bidders/Proposers/Lessees must submit the Equal Benefits Ordinance Compliance Affidavit (2 pages) with bid/proposal. The Equal Benefits Ordinance Compliance Affidavit shall be valid for a period of twelve months. Bidders/Proposers do not need to submit supporting documentation with their bids or proposals. However, the City may request supporting documentation to verify that the benefits are provided equally as specified on the Equal Benefits Ordinance Compliance Affidavit. Bidders/Proposers/Lessees seeking additional information regarding the requirements of the Equal Benefits Ordinance may visit the Bureau of Contract Administration’s web site at http://bca.lacity.org or call Procurement Services at (424) 646-5380.

RFQ (File 7945) - Terminal Cores and Improvements - 7 -

8. FIRST SOURCE HIRING PROGRAM Pursuant to Resolution No. 22674 adopted by Board of Airport Commissioners on April 18, 2005, any contract awarded July 1, 2005 and thereafter shall be subject to the applicable provisions of the First Source Hiring Program (FSHP) for LAX airport jobs. This program will provide early access to targeted applicants for available LAX airport jobs, and employers will receive prompt, cost-free referrals of qualified and trained applicants. All Contractors, Lessees, Licensees, and Construction Contractors with non-trade jobs, with new, amended, or renewed contracts will be required to participate in this program. As such, the FSHP will be incorporated as a material term of all LAX airport contracts, lease agreements and licensing or permitting agreements. LAX employers with open non-construction positions must contact the FSHP, register their company and post their positions on the Applicant Tracking System (ATS) prior to posting their positions to the general public. Failure to comply with this contract provision may result in liquidated damages of $1,000.00. For additional information regarding First Source Hiring Program please contact: Business and Job Resources Center, First Source Hiring Program, 6053 W. Century Blvd., 3rd Floor, Los Angeles, CA 90045, (424) 646-7300, (424) 646-9257 fax., web: www.lawa.org/bjrc. 9. INSURANCE Pursuant to LAAC, Division 11, Chapter 2, Article 2, Section 11.47 and the Risk Management Policy (Council File #79-3194-S1) adopted by Los Angeles City Council on March 1, 1991, the City of Los Angeles is to be protected to the maximum extent feasible, against loss or losses which would significantly affect personnel, property, finances, or the ability of the City to continue to fulfill its responsibilities to taxpayers and the public. Consequently, prior to commencing work, the selected Bidder/Proposer must provide evidence of insurance that conforms to the insurance requirements of the bid/proposal. Insurance requirements which specifically outline the types and amounts of coverage required for this project are explained in detail in the attached language and “Insurance Requirement Sheet”. Successful Bidder/Proposer must provide acceptable evidence of insurance as explained in the attachments prior to commencing work on the contract. Said acceptable evidence of insurance must remain current throughout the term of the contract and be on file with the Insurance Compliance Unit in order to receive payment under any contract with the City of Los Angeles. Additional information is available at www.lawa.org -> About LAWA -> Business Opportunities -> Administrative Requirements -> Insurance. 10. LIVING WAGE ORDINANCE Unless otherwise exempt in accordance with the provisions of the Living Wage Ordinance, Los Angeles Administrative Code Section 10.37 et seq., as amended from time to time (the “LWO”), (i) contractors under service contracts primarily for the furnishing of services to or for the City and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least

RFQ (File 7945) - Terminal Cores and Improvements - 8 -

three (3) months, (ii) certain lessees and licensees of City property, and (iii) certain recipients of City financial assistance, shall comply with the provisions of the LWO. Generally, the LWO requirements are as follows: (i) Wages: employers shall pay its employees a wage of no less than the hourly rates set under the LWO; and (ii) Compensated Days Off: employers shall provide at least twelve (12) compensated days off per year for sick leave, vacation or personal necessity at the employee’s request, and employers shall also permit its employees to take at least an additional ten (10) days a year of uncompensated time to be used for sick leave for the illness of the employee or a member of his or her immediate family where the employee has exhausted his or her compensated days off for that year. Compliance with LWO does not require any form to be submitted with the bid/proposal, however, if the Bidders/Proposers believe that they meet the qualifications for one of the LWO Statutory Exemptions (Collective bargaining agreement with supersession language or Occupational license; 501(c)(3) Non-Profit Organizations or One-Person Contractors; Small Business (for lessees and licensees only)), they shall submit with their bid/proposal one of the exemption forms along with supporting documents. Once the contract is executed, the contractor is required to complete and submit the following forms:

• Employee Information Form • Subcontractor Information Form

All the forms pertaining to LWO compliance are available at: http://bca.lacity.org/index.cfm?nxt=ee&nxt_body=div_occ_lwo_forms.cfm. Please follow the instructions on the forms for completion and submittal. If you have questions about LWO compliance at LAWA, please contact us at 424-646-5380 or [email protected]. For the most current LWO rates, rules and regulations, please visit the Department of Public Works’ website at http://bca.lacity.org or contact the Bureau of Contract Administration, Office of Contract Compliance, 1149 S. Broadway St., Suite 300, Los Angeles, CA 90015; phone: (213) 847-1922, and fax: (213) 847-2777. 11. LIVING WAGE AND SERVICE CONTRACT WORKER RETENTION ORDINANCES Unless otherwise exempt in accordance with the provisions of the Living Wage Ordinance, Los Angeles Administrative Code Section 10.37 et seq., as amended from time to time (the “LWO”), (i) contractors under service contracts primarily for the furnishing of services to or for the City and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least three (3) months, (ii) certain lessees and licensees of City property, and (iii) certain recipients of City financial assistance, shall comply with the provisions of the LWO. Generally, the LWO requirements are as follows: (i) Wages: employers shall pay its employees a wage of no less than the hourly rates set under the LWO; and (ii) Compensated Days Off: employers shall provide at least twelve (12) compensated days off per year for sick leave, vacation or personal necessity at the employee’s request, and employers shall also permit its employees to take at least an additional ten (10) days a year of uncompensated time to be used for sick leave for the illness of the employee or a member of his or her immediate family where the employee has exhausted his or her compensated days off for that year.

RFQ (File 7945) - Terminal Cores and Improvements - 9 -

Unless otherwise exempt in accordance with the provisions of the Service Contractor Worker Retention Ordinance Section 10.36 et seq., as amended from time to time (the “SCWRO”), contractors under service contracts primarily for the furnishing of services to or for the City or financial assistance recipients and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least three (3) months shall comply with the provisions of the SCWRO. Generally, for SCWRO compliance, the successor contractor shall agree to retain, for a ninety (90)-day transition employment period, employees who have been employed by the terminated contractor or its subcontractors, if any, for the preceding twelve (12) months or longer and who were earning less than Fifteen Dollars ($15.00) per hour. Compliance with LWO and SCWRO does not require any form to be submitted with the bid/proposal, however, if the Bidders/Proposers believe that they meet the qualifications for one of the LWO Statutory Exemptions (Collective bargaining agreement with supersession language or Occupational license; 501(c)(3) Non-Profit Organizations or One-Person Contractors; Small Business, for lessees and licensees only), or SCWRO Exemption (City Financial Assistance Recipient), they shall submit with their bid/proposal one of the exemption forms along with supporting documents. Once the contract is executed, the contractor is required to complete and submit the following forms:

• Employee Information Form • Subcontractor Information Form

All the forms pertaining to LWO and SCWRO compliance are available at: http://bca.lacity.org/index.cfm?nxt=ee&nxt_body=div_occ_lwo_forms.cfm. Please follow the instructions on the forms for completion and submittal. If you have questions about LWO and SCWRO compliance at LAWA, please contact us at 424-646-5380 or [email protected]. For the most current LWO/SCWRO rates, rules and regulations, please visit the Department of Public Works’ website at http://bca.lacity.org or contact the Bureau of Contract Administration, Office of Contract Compliance, 1149 S. Broadway St., Suite 300, Los Angeles, CA 90015; phone: (213) 847-1922, and fax: (213) 847-2777. 12. SMALL BUSINESS ENTERPRISE PROGRAM The Los Angeles World Airports (LAWA) is committed to creating an environment that provides all individuals and businesses open access to the business opportunities available at LAWA. Pursuant to the provisions of Resolution No. 24820 of the Board of Airport Commissioners, LAWA’s Small Business Enterprise (SBE) Program was created to provide additional opportunities for small businesses to participate in construction, non-professional, professional, and personal services projects valued over $150,000. The SBE Program is a results-oriented program, requiring firms that receive contracts from LAWA to utilize certified SBEs. Based on the work to be performed, the mandatory SBE participation level for this project has been set at _____% SBE.

RFQ (File 7945) - Terminal Cores and Improvements - 10 -

Failure to meet this SBE participation level may disqualify bidding/proposing firms from being considered for award of the contract. Primes shall be responsible for determining the SBE status of its subcontractors at the time of bid/proposal submission for purposes of meeting the mandatory SBE requirement. A subcontractor must qualify as an SBE based on the type of work it will be performing on the project. If the prime contractor is an SBE, the prime’s participation in the contract will count as 100% SBE. The following supplementary information is available at www.lawa.org: • SBE Rules and Regulations • SBE Certification Application and Information 13. LOCAL BUSINESS PREFERENCE PROGRAM (LBPP) Proposers certified as a Local Business Enterprise (LBE) with the City of Los Angeles are eligible to receive an 8% preference (for Local Prime contractors), or up to a 5% preference (for Local Subcontractors) on LAWA contracts in excess of $150,000. Please see the attached LBPP document for the program rules. In order to be given the preference as a certified LBE, your Local Business Certification – Affidavit of Eligibility must be uploaded to LABAVN and approved by the Department of Public Works, Bureau of Contract Administration, Office of Contract Compliance and listed on LABAVN as such prior to the proposal due date in order to participate in the LBPP. Note: For the purpose of this RFP, the Harbor LBE certification is not applicable. Certification as an LBE is valid for two years from the date of approval. Applicant firms must be re-certified on a bi-annual basis with the Office of Contract Compliance. For questions concerning the Local Business Preference Program, contact the Office of Contract Compliance at (213) 847-2684. 14. ALTERNATIVE FUEL VEHICLE REQUIREMENT PROGRAM Contractor shall comply with the provisions of the Alternative Fuel Vehicle Requirement Program adopted by the Board pursuant to Resolution No. 22554 and the LAWA Rules and Regulations promulgated thereunder. The rules, regulations and requirements of the Alternative Fuel Vehicle Requirement Program are attached.

Bid

der C

ontri

butio

ns

ATTENTION:

The following CEC Form 55 must be signed on page 1. If you fail to sign the form or if you submit an incomplete CEC Form 55, your proposal/bid will be deemed nonresponsive.

� C

ontra

ctor

Res

pons

ibilit

y Pr

ogra

m

LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM

QUESTIONNAIRE On December 4, 2001, the Board of Airport Commissioners adopted Resolution No. 21601, establishing LAWA’s Contractor Responsibility Program (CRP). The intent of the program is to ensure that all LAWA contractors have the necessary quality, fitness and capacity to perform the work set forth in the contract. To assist LAWA in making this determination, each bidder/proposer is required to complete and submit with the bid/proposal the attached CRP Questionnaire. If a non-competitive process is used to procure the contract, the proposed contractor is required to complete and submit the CRP Questionnaire to LAWA prior to execution of the contract. Submitted CRP questionnaires will become public records and information contained therein will be available for public review for at least fourteen (14) calendar days, except to the extent that such information is exempt from disclosure pursuant to applicable law. The signatory of this questionnaire guarantees the truth and accuracy of all statements and answers to the questions herein. Failure to complete and submit this questionnaire may make the bid/proposal non-responsive and result in non-award of the proposed contract. During the review period if the bidder/proposer or contractor (collectively referred to hereafter as “bidder/proposer”) is found non-responsible, he/she is entitled to an Administrative Hearing if a written request is submitted to LAWA within ten (10) working days from the date LAWA issued the non-responsibility notice. Final determination of non-responsibility will result in disqualification of the bid/proposal or forfeiture of the proposed contract. All Questionnaire responses must be typewritten or printed in ink. Where an explanation is required or where additional space is needed to explain an answer, use the CRP Questionnaire Attachment A. Submit the completed and signed Questionnaire and all attachments to LAWA. Retain a copy of this completed questionnaire for future reference. Contractors shall submit updated information to LAWA within thirty (30) days if changes have occurred that would make any of the responses inaccurate in any way. A. PROJECT TITLE: _______________________________________________________________________ B. BIDDER/CONTRACTOR INFORMATION:

____________________________________________________________________________________ Legal Name DBA ____________________________________________________________________________________ Street Address City State Zip ____________________________________________________________________________________ Contact Person, Title Phone Fax

C. TYPE OF SUBMISSION: The CRP Questionnaire being submitted is:

An initial submission of a CRP Questionnaire. Please complete all questions and sign Attachment A.

An update of a prior CRP Questionnaire dated _____/_____/_____. Please complete all questions and sign Attachment A.

A copy of the initial CRP Questionnaire dated _____/_____/_____/. Please sign below and return this page.

I certify under penalty of perjury under the laws of the State of California that there has been no change to any of the responses since the firm submitted the last CRP Questionnaire.

________________________________________________________________________________________ Print Name, Title Signature Date

CRP Questionnaire Revised 10/2013.doc

Los Angeles World Airports Contractor Responsibility Program Questionnaire

2

A. OWNERSHIP AND NAME CHANGES

1a. In the past five (5) years, has the name of the bidder/proposer (also referred to herein as “your firm”) changed?

Yes No If Yes, list on Attachment A all prior legal and D.B.A. names used by the bidder/proposer, the addresses of each of the identified entities, and the dates when each identified entity used those names. Additionally, please explain in detail the specific reason(s) for each name change.

1b. In the past five (5) years, has the owner of your firm (if your firm is a sole proprietorship) or any partner of your firm (if your firm is a partnership), or any officer of your firm (if your firm is a corporation) engaged in the same or similar type of business as the current firm?

Yes No

If Yes, list on Attachment A the names of those firms.

B. FINANCIAL RESOURCES AND RESPONSIBILITY

2. In the past five (5) years, has your firm ever been the debtor in a bankruptcy proceeding?

Yes No If Yes, explain on Attachment A the specific circumstances and dates surrounding each instance.

3. Is your company now in the process of, or in negotiations toward, or in preparations for being sold?

Yes No If Yes, explain on Attachment A the specific circumstances, including to whom being sold and principal contact information.

4. In the past five (5) years, has your firm's financial position significantly changed?

Yes No If Yes, explain the specific circumstances on Attachment A.

5. In the past five (5) years, has your firm ever been denied bonding?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance and include the name of the bonding company.

6. In the past five (5) years, has any bonding company made any payments to satisfy any claims made against a bond issued on your firm's behalf or a firm where you were the principal?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance.

PERFORMANCE HISTORY

7. In the past five (5) years, has your firm or the owner of your firm (if your firm is a sole proprietorship) or any partner of your firm (if your firm is a partnership), or any officer of your firm (if your firm is a corporation) defaulted under a contract with a governmental entity or with a private individual or entity?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance. CRP Questionnaire Revised 10/2013.doc

Los Angeles World Airports Contractor Responsibility Program Questionnaire

3

8. In the past five (5) years, has a governmental or private entity or individual terminated your firm's contract prior to

completion of the contract?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, and principal contact information.

9. In the past five (5) years, has your firm ever failed to meet any scheduled deliverables or milestones?

Yes No If Yes, explain on Attachment A the circumstances surrounding each instance, and principal contact information.

10. In the past ten (10) years, has the bidder/proposer had any contracts with any private or governmental entity to perform

work which is similar, in any way, to the work to be performed on the contract for which you are bidding or proposing?

Yes No If Yes, list on a separate attachment, for each contract listed in response to this question: (a) contract number and dates; (b) awarding authority; (c) contact name and phone number; (d) description and success of performance; and (e) total dollar amount. Include audit information if available.

COMPLIANCE

11. In the past five (5) years, has your firm or any of its owners, partners, or officers, been penalized for or been found to have violated any federal, state, or local laws in the performance of a contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws which affect employees?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the outcome and current status.

12. In the past five (5) years, has your firm ever been debarred or determined to be a non-responsible bidder contractor?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the current status.

BUSINESS INTEGRITY

13. In the past five (5) years, has your firm been convicted of, or found liable in a civil suit for making a false claim(s) or material misrepresentation(s) to any private or governmental entity?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the outcome and current status.

14. In the past five (5) years, has your firm or any of its executives, management personnel, and owners been convicted of a crime, including misdemeanors, or been found liable in a civil suit involving the bidding, awarding, or performance of a government contract; or the crime of theft, fraud, embezzlement, perjury, or bribery?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and current status. CRP Questionnaire Revised 10/2013.doc

Los Angeles World Airports Contractor Responsibility Program Questionnaire

4

15. Prior to bidding on, submitting a proposal or executing a contract or renewal for a City of Los Angeles contract for goods

or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) (found at: http://www.documents.dgs.ca.gov/pd/poliproc/Iran%20Contracting%20Act%20List.pdf) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).

To comply with this requirement, please check ONE of the options below. OPTION #1:

Is your firm identified on the list entitled, “Entities Prohibited from Contracting with Public Entities in California per the Iranian Contracting Act of 2010”?

Yes No OPTION #2:

If your firm is identified on the aforementioned list, have you obtained an exemption?

Yes No CRP Questionnaire Revised 10/2013.doc

Los Angeles World Airports Contractor Responsibility Program Questionnaire

5

ATTACHMENT "A" FOR ANSWERS TO QUESTIONS IN SECTIONS A THROUGH E

Use the space below to provide required additional information or explanation(s). Information submitted on this sheet must be typewritten. Indicate the question for which you are submitting the additional information. Information submitted on this Attachment will be available for public review, except to the extent that such information is exempt from disclosure pursuant to applicable law. Insert additional Attachment A pages as necessary.

CERTIFICATION UNDER PENALTY OF PERJURY

I certify under penalty of perjury under the laws of the State of California that I have read and understand the questions contained in this CRP Questionnaire. I further certify that I am responsible for the completeness and accuracy of the answers to each question, and that all information provided in response to this Questionnaire is true to the best of my knowledge and belief. Print Name, Title Signature Date CRP Questionnaire Revised 10/2013.doc

CRP Pledge

LOS ANGELES WORLD AIRPORTSCONTRACTOR RESPONSIBILITY PROGRAM

PLEDGE OF COMPLIANCE

The Los Angeles World Airports (LAWA) Contractor Responsibility Program (Board Resolution#21601) provides that, unless specifically exempted, LAWA contractors working under contractsfor services, for purchases, for construction, and for leases, that require the Board of AirportCommissioners' approval shall comply with all applicable provisions of the LAWA ContractorResponsibility Program. Bidders and proposers are required to complete and submit thisPledge of Compliance with the bid or proposal or with an amendment of a contract subject tothe CRP. In addition, within 10 days of execution of any subcontract, the contractor shall submitto LAWA this Pledge of Compliance from each subcontractor who has been listed as performingwork on the contract.

The contractor agrees to comply with the Contractor Responsibility Program and the followingprovisions:

(a) To comply with all applicable Federal, state, and local laws in the performance of thecontract, including but not limited to, laws regarding health and safety, labor andemployment, wage and hours, and licensing laws which affect employees.

(b) To notify LAWA within thirty (30) calendar days after receiving notification that anygovernment agency has initiated an investigation that may result in a finding that thecontractor is not in compliance with paragraph (a).

(c) To notify LAWA within thirty (30) calendar days of all findings by a government agency orcourt of competent jurisdiction that the contractor has violated paragraph (a).

(d) To provide LAWA within thirty (30) calendar days updated responses to the CRPQuestionnaire if any change occurs which would change any response contained withinthe completed CRP Questionnaire. Note: This provision does not apply to amendmentsof contracts not subject to the CRP and to subcontractors not required to submit a CRPQuestionnaire.

(e) To ensure that subcontractors working on the LAWA contract shall complete and sign aPledge of Compliance attesting under penalty of perjury to compliance with paragraphs (a)through (c) herein. To submit to LAWA the completed Pledges.

(f) To notify LAWA within thirty (30) days of becoming aware of an investigation, violation orfinding of any applicable federal, state, or local law involving the subcontractors in theperformance of a LAWA contract.

(g) To cooperate fully with LAWA during an investigation and to respond to request(s) forinformation within ten (10) working days from the date of the Notice to Respond.

Failure to sign and submit this form to LAWA with the bid/proposal may make the bid/proposalnon-responsive. ____________________________________________________________________________Company Name, Address and Phone Number

_____________________________________________________________________________________________Signature of Officer or Authorized Representative Date

_____________________________________________________________________________________________Print Name and Title of Officer or Authorized Representative

_____________________________________________________________________________________________

Mun

icip

al L

obby

ing

Ord

inan

ce

Terminal Cores and APM Interface Project

ATTACHMENT 3:

Small Business Enterprise Program; Draft Local Business Enterprise and

Local Small Business Enterprise Program

1 Rev 7/21/16

LOS ANGELES WORLD AIRPORTS

SMALL BUSINESS ENTERPRISE PILOT PROGRAM RULES AND REGULATIONS

The City of Los Angeles, Los Angeles World Airports (LAWA) is committed to creating an environment that provides all individuals and businesses open access to the business opportunities available at LAWA. LAWA’s Small Business Enterprise (SBE) Program was created to provide additional opportunities for small businesses to participate in LAWA contracts. APPLICABILITY LAWA’s Procurement Services Division (PSD) will establish the mandatory SBE participation levels for construction, non-professional and personal services including professional services projects, and sole source contracts valued over $150,000. Failure to meet those mandatory SBE participation levels may disqualify bidding/proposing firms from being considered for award of the contract. LAWA’s SBE Program requires Prime Contractors who receive contracts from LAWA to utilize certified small businesses at the levels promised and may impose penalties for the failure to meet those levels if changes to the proposed levels were not previously approved by LAWA in writing. (Federally-funded projects, and projects for the procurement of goods, equipment, and materials are not subject to the SBE Program.) LAWA defines an SBE as an independently-owned and operated business that meets the criteria set forth by:

The Federal Small Business Administration (SBA) 8(a) Business Development Program or

The State of California Small Business (SB) Program LAWA will apply the larger of the Federal SBA 8(a) Program or the State of California SB Program size standard for businesses applying for LAWA’s SBE status. For information regarding the size standards used by the Federal SBA 8(a) Business Development Program, see www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf. For information regarding the size standards used by the State of California SB program, see http://www.dgs.ca.gov/pd/Programs/OSDS/SBEligibilityBenefits.aspx LAWA will grant SBE recognition to firms that have other specific certifications from recognized agencies. The following chart shows which agency certifications will be accepted by LAWA as an SBE:

2 Rev 7/21/16

CERTIFYING AGENCY CERTIFICATION ACCEPTED BY LAWA AS SBE?

Federal Small Business Administration (SBA) SBA 8(a) Business Devpt. Program Yes

State of California Department of General Services (DGS) SB, MB (micro) Yes

California Department of Transportation (CALTRANS) SMBE, SWBE, DBE Yes

L.A. County Metropolitan Transportation Authority (METRO) SBE, DBE Yes

California Unified Certification Program (CUCP) Agencies: • Central Contra Costa Transit Authority (CCCTA) • City of Fresno • City of Los Angeles • San Diego County Regional Airport Authority (SAN) • San Francisco Bay Area Rapid Transit District (BART) • San Francisco International Airport (SFO) • San Francisco Municipal Transportation Agency (SFMTA) • San Mateo County Transit District (SAMTRANS) • Santa Clara Valley Transportation Authority (VTA) • Yolo County Transportation District (YOLOBUS)

DBE*

Yes

US Women’s Chamber of Commerce (USWCC) WOSB, EDWOSB Yes

Women’s Business Enterprise Council WEST (WBEC-WEST) WOSB Yes

National Women Business Owners Corporation (NWBOC) WOSB, EDWOSB Yes

City of Los Angeles SBE (Proprietary), SLB Yes

*DBE-certified companies for all of the bulleted agencies can be found in one central database: http://californiaucp.org/

If a business does not have an acceptable certification from one of the agencies listed above, it can apply for the City of Los Angeles SBE (Proprietary) certification by filling out an SBE (Proprietary) Application and meeting the eligibility criteria. A firm’s SBE (Proprietary) status is good for two years. Prime contractors will be responsible for determining the SBE status of its subcontractors at the time of bid/proposal submission for purposes of meeting the mandatory SBE requirement. The SBE participation level will be determined by the percentage of the total amount of compensation under the project paid to SBEs. The specific categories of work that the SBE-certified prime contractor or SBE-certified subcontractors will perform on the project must be relevant to the North American Industry Classification System (NAICS) codes for which the prime or subcontractors were certified in order for them to receive SBE participation credit from LAWA. If an SBE firm (Prime or subcontractor) becomes ineligible as an SBE by exceeding the size standard during the performance of a contract, LAWA will continue to count its participation on that contract until the contract terminates or is amended. If the contract is amended, the firm’s participation in the contract will no longer count towards the SBE goal. An SBE firm can also become ineligible if its certification expires or it is removed for not meeting other certification requirements. LAWA also encourages Prime Contractors to utilize Emerging Business Enterprises (EBEs). LAWA defines an Emerging Business Enterprise (EBE) based on the State of California’s Micro-business definition, which is (1) a small business that has average annual gross receipts of $3,500,000 or less within the previous three years, or (2) a small business manufacturer with 25 or fewer employees. A firm that is certified with the State of California as a Micro-business will be recognized by LAWA as an EBE. Additionally, LAWA encourages Prime Contractors to utilize Disabled Veterans Business Enterprises (DVBEs). A firm that is certified with the State of California as a DVBE will be recognized by LAWA as a DVBE.

3 Rev 7/21/16

LAWA’S GOALS While the use of SBEs is mandatory for those projects that have been identified by PSD as having mandatory SBE participation levels, LAWA additionally has overall departmental goals. The specific mandatory SBE participation level for each project may be higher or lower than LAWA’s department goal based on the scope of work and the availability of the SBEs to perform the work. LAWA’s current overall departmental goal is 25% SBE participation. As additional data becomes available, LAWA will analyze and adjust as appropriate its overall SBE achievement goals. SETTING CONTRACT SPECIFIC MANDATORY SBE PARTICIPATION LEVELS PSD will review each Request for Bid/Request for Proposal (project) estimated to be in excess of $150,000 to determine whether a mandatory SBE participation level should be set on the project. Setting the mandatory SBE participation level consists of the following steps:

PSD and the requesting division will discuss the project to determine whether there are reasonable subcontracting opportunities

PSD will review various databases to determine the availability of SBE subcontractors in the identified subcontracting work areas

PSD will review the historical achievement of subcontractor utilization on the same/similar projects If PSD determines that there are sufficient SBEs available in the identified work areas, PSD will set a mandatory SBE participation level for the project by establishing the percentage of the total contract amount for which SBEs must be utilized. PSD will confer with the requesting division and Executive staff to thoroughly analyze the project and ensure that the established mandatory SBE participation level is valid and attainable. A committee comprised of Executive staff will review PSD’s recommendations. LAWA reserves the right to review cooperative agreements with other governmental agencies (“Piggy Back”) to determine if subcontracting opportunities exist and to set mandatory SBE participation levels, if appropriate. Since the SBE Program is a mandatory program, Bidders/Proposers are strongly encouraged to attend pre-bid and pre-proposal meetings for projects with mandatory SBE participation levels so that they will understand the requirements of the SBE Program. PSD will verify the SBE status of the proposed subcontractors, regardless of the dollar amount of work to be performed. It is important to note that if a Prime Contractor is itself an SBE, their participation in the contract will count as 100% SBE. If the Prime Contractor is a Joint Venture (JV), and a JV partner is a certified SBE, LAWA will give SBE credit to the JV equal to the percent ownership of the SBE-certified JV partner. LAWA’s Board of Airport Commissioners (BOAC) may at any time before the award of a Contract, determine that it is in LAWA’s best interest to award away from firms that have met the SBE requirement. SUBCONTRACTORS Contractors are required to comply with California’s “Subletting and Subcontracting Fair Practices Act” (Public Contract Code Sections 4100 et seq.) (www.leginfo.ca.gov/cgi-bin/calawquery?codesection=pcc&codebody=&hits=20). Any reduction, increase, or other change to any SBE Subcontract amount without prior written approval of PSD is considered an Unauthorized Subcontractor Substitution, and the Contractor may be subject to a penalty. A subcontract dollar value increased or reduced as the result of a Change Order issued by

4 Rev 7/21/16

LAWA to add or delete from the original scope of work shall not be subject to a penalty for an Unauthorized Subcontractor Substitution. Only PSD is authorized to grant either initial approval of SBE Subcontractor(s) or SBE Subcontractor substitution(s). Contractors must list all Subcontractors on LAWA’s Subcontractor Participation Plan and include all requested information. PENALTIES A Contractor violating any provision(s) of this section shall, subject to prior notice of the alleged violations and an opportunity to be heard and to present evidence in its own defense, be deemed in violation of the Contract, and LAWA, subject to BOAC approval, may:

1. Cancel the contract.

2. Assess the Contractor a penalty of not more than ten percent (10%) of the amount of the

unpaid/underpaid amount of the Subcontract(s) involved.

At the end of each project, before calculation of any actual final subcontracting penalties, LAWA may withhold as disputed funds 15% of all subcontract(s) that appear to be in violation of any subcontracting provision of the project, and 15% of all subcontract(s) where work was performed on the project without, or prior to, approval by LAWA.

SUB-AGREEMENT FALSIFICATION Falsification or misrepresentation of a sub-agreement as to company name, contract amount and/or actual work to be done by the sub-bidder/subcontractor may result in sanctions set forth under Penalties. MONTHLY REPORT SUBMITTAL The Contractor shall submit to LAWA, on a monthly basis, together with its invoice the Subcontractor Utilization Report listing the SBE subcontractors utilized during the reporting period. Contractor shall cooperate with LAWA personnel in providing such information as requested by LAWA in order to ensure compliance. LAWA will not process or pay Contractor’s subsequent invoices if the Subcontractor Utilization Reports are not timely submitted or if the Contractor fails to cooperate with LAWA personnel by promptly providing any and all information related to SBE participation requested by LAWA. FINAL SUBCONTRACTING REPORT SUBMITTAL

The Contractor must submit the Final Subcontracting Report to PSD within fifteen (15) calendar days after a request for the report by PSD. Failure to comply may result in the assessment of liquidated damages in the amount of $100.00 per day by LAWA. FUTURE REVISIONS TO RULES AND REGULATIONS The Executive Director is authorized make modifications to these Rules and Regulations as necessary from time to time. As a covered entity under Title II of the Americans with Disabilities Act, the City of Los Angeles does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its programs, services and activities.

Terminal Cores and APM Interface Project

Draft LBE and LSBE Program Page 1 of 6

Terminal Cores and APM Interface Project

Draft LBE and LSBE Program Page 2 of 6

Terminal Cores and APM Interface Project

Draft LBE and LSBE Program Page 3 of 6

Terminal Cores and APM Interface Project

Draft LBE and LSBE Program Page 4 of 6

Terminal Cores and APM Interface Project

Draft LBE and LSBE Program Page 5 of 6

Terminal Cores and APM Interface Project

Draft LBE and LSBE Program Page 6 of 6

Terminal Cores and APM Interface Project

ATTACHMENT 4:

Forms Attachment 4(a): Transmittal Letter

Attachment 4(b): Project Experience Form Attachment 4(c): Project Summary Information

Terminal Cores and APM Interface Project

ATTACHMENT 4(a)

Transmittal Letter

Terminal Cores and APM Interface Project

[Proposer’s Letterhead] City of Los Angeles

Los Angeles World Airports Los Angeles International Airport

Transmittal Letter Proposer: _____________________________ Date: _______________

Mr. Jamaal Avilez, Procurement Supervisor Los Angeles World Airports 7301 World Way West Los Angeles, CA 90045

In response to the Request for Qualifications for the Terminal Cores and APM Interface dated October 14, 2016 (the “RFQ”), together with any addenda to the RFQ, the undersigned hereby represents and warrants that it has carefully examined and is fully familiar with the RFQ and hereby makes this Statement of Qualifications (the “SOQ”) in response to the RFQ.

The undersigned Proposer acknowledges the right of LAWA to waive informalities in the SOQ, to reject any or all requests submitted, and to permit opportunities to make additional submittals to address any deficiencies and/or ambiguities in the SOQ.

The Proposer certifies that it has satisfied itself with respect to any questions it had regarding the RFQ. The Proposer further certifies and declares that the information stated in this SOQ is true, correct, genuine, and not false or collusive, nor made in the interest or on behalf of any person not named in this SOQ. The Proposer has not directly or indirectly induced or solicited any other Proposer to create a fraudulent SOQ, or any other person, firm or corporation to refrain from submitting an SOQ, and the Proposer has not in any manner sought by collusion to secure for itself an advantage over any other Proposer. The Proposer agrees to abide by all contents and terms of the RFQ.

The undersigned Proposer acknowledges receipt and consideration of the following addenda to the RFQ:

Addenda Numbers:

Entity Providing the Experience Modifier Rate:

Experience Modifier Rate for each year for the past 3 years and the average for those 3 years:

Year Experience Modifier Rate

3-Yr. Avg.

Provided by (choose one): ___ National Council on Compensation Insurance OR, ___ Workers’ Compensation Insurance Rating Bureau of California.

Transmittal Letter Page 1 of 2

Terminal Cores and APM Interface Project

[Duplicate the Experience Modifier Rate questions as needed for the Lead Contractor if the Lead Contractor is a joint venture or group of entities.]

Proposer Team Members (Lead Contractor, Lead Designer, and any identified subcontractors)

______________________________________

______________________________________

______________________________________

The RFQ shall be governed by and construed in all respects according to the laws of the State of California.

Name and affiliation of at least one representative from the Proposer team that attended the Pre-SOQ Conference: ______________________________________

Name and affiliation of at least one representative from the Proposer team that attended the Small Business Forum:

____________________________________________________________________________

Authorized representative of Proposer: ______________________________

By executing this form, Proposer confirms that the representative named above is authorized to act as agent on behalf of Proposer and is the point of contact for Proposer in communications with LAWA throughout the RFQ process.

Any capitalized terms not defined herein shall have the meaning given them in the RFQs.

Proposer declares under penalty of perjury under the laws of the State of California, that the foregoing is correct.

Proposer: By: Proposer’s Business Address:

(Signature)

(Type or Print Name)

(Title)

Transmittal Letter Page 2 of 2

Terminal Cores and APM Interface Project

ATTACHMENT 4(b)

Project Experience Form

Terminal Cores and APM Interface Project

PROJECT EXPERIENCE FORM [A separate form shall be completed by the Lead Contractor, Lead Designer, and identified subcontractors, if any, for each project to which the experience relates. Verify all contacts prior to submittal. Do not leave any spaces blank. Responses such as “N/A” are not acceptable. If not applicable, state “Not Applicable” and explain why. If none, state “NONE.”]

PROJECT AND TEAM INFORMATION

Project Name:

Project or Contract No.:

Project Location:

Project Delivery Method (CMAR, D/B, etc.):

OWNER INFORMATION

Owner’s Name:

Address:

Contact (Name & Title):

Telephone: Email:

LEAD CONTRACTOR INFORMATION [Complete if project relates to Lead Contractor’s experience]

Lead Contractor’s office that performed the work:

Project Manager for project:

Superintendent for project:

LEAD DESIGNER INFORMATION [Complete if project relates to Lead Designer’s experience]

Lead Designer:

Project Manager for project:

IDENTIFIED SUBCONTRACTOR INFORMATION [Complete if project relates to identified subcontractor’s experience]

Identified Subcontractor:

Project Manager for project:

CONTRACT INFORMATION (TIME & COST)

Project Start Date: Scheduled Completion Date: Actual Completion

Date: Days Extended Due to Unexcused Delays:

Base Contract Amount:

Adjustment Due to Owner Requested

Changes:

Adjustment Due to Other Change

Orders:

Final (or Current if Incomplete) Change

Amount:

$ $ $ $

Project Experience Form Page 1 of 4

Terminal Cores and APM Interface Project

GENERAL PROJECT DETAILS

Inclusivity

Contact information for Small Business Enterprise or other equivalent entity(ies) subcontracted to the Lead Contractor, Lead Designer or identified subcontractor, as applicable, on the referenced project:

Entity:

Address:

Contact (Name & Title):

Telephone: Email:

Role on Referenced Project:

Was project construction at an active airport? (Yes or No)

Provide Details

If an airport, provide the number of annual passengers:

Was the project for a public owner? (Yes or No):

Did you self-perform any portion of the work? (Yes or No ):

If yes, what percentage: %

Was the project subject to a Small Business Enterprise or other equivalent small business or inclusivity program goal? (Yes or No. If yes, specify the goal.)

What level of utilization was achieved? %

(Provide the utilization percentage. If you wish to provide further explanatory comments, do so below).

___________________________________________________________________________

___________________________________________________________________________

Project Experience Form Page 2 of 4

Terminal Cores and APM Interface Project

Did the project include the following (check applicable boxes)? Comparable Project Components YES NO Coordination and liaison with stakeholders, including but not limited to customers, employees, airline operators, emergency responders, public officials, other businesses impacted by the construction project, and other stakeholders

Lead contractor (prime) for design/build project with capital costs in excess of $100 million

Lead designer for Design/Build project in excess of $100 million Design and construction of elevated facilities, including elevated walkways and other facilities similar to the Project

Design and construct an airport terminal renovation project at a major operating airport in the United States

Manage varied myriad stakeholders, sometimes with competing interests, to successfully complete projects within an acceptable and predictable timeframe

Provide detailed existing conditions surveillances in a BIM format suitable for creating an initial design background

Utilize a BIM process based on established or owner’s standards to design, optimize, estimate, schedule, construct and commission a complex renovation project utilizing collaborative methods

Coordinating with other contractors and adjacent projects in the local and immediate vicinity of the Project

Phased design, constructability reviews and design quality assurance during the design and preconstruction stages and throughout the construction

Successfully support a formal Value Engineering effort and seamlessly integrate accepted design modifications

Design and construction within the jurisdiction of the City of Los Angeles Preparing ready to issue construction documents in the City of Los Angeles, including City of Los Angeles permitting and approval processes

Manage design quality and production utilizing the Last Planner System® for a major renovation project

Deliver quality projects as evidenced by customer satisfaction, code compliance, successful project commissioning and closeout

Design and construction of comparable projects in airports or dense, congested urban environments requiring 24/7 operations while minimizing adverse impacts on operations and traffic

Maintenance and effective management of complicated vehicular traffic flow during construction

Coordinate construction projects with Los Angeles area utilities and public sector agencies impacted by the construction activity

On-time delivery and within the original budget Delivery of a quality project inspected by Owner agency, building code enforcement and building operations

Lead Designer and Lead Contractor working with each other as an integrated

Project Experience Form Page 3 of 4

Terminal Cores and APM Interface Project

Comparable Project Components YES NO team Environmental stewardship of natural resources, neighborhoods, historic sites, communities, cultural resources and environmental conditions

Emergency planning and incident response Safety Record

Days Away, Restricted or Transferred (DART) rate for the project

Lost Workday Incidence (LWI) rate for the project

PROJECT DETAILS

Did the project include the construction of an elevated walkway, escalators, elevators and modification of an existing facility?

(Yes or No): Length of elevated walkway:

Number of escalators: Number of elevators:

Existing facility type: Did the project include work in and around an operating airport (terminal or other building type)? (Yes or No):

PROJECT DESCRIPTION – Maximum one page

Provide (or attach) a brief project description, addressing, where applicable, the comparable project components listed in the table above. Each project description shall not exceed 1 page.

Project Experience Form Page 4 of 4

Terminal Cores and APM Interface Project

ATTACHMENT 4(c):

Project Summary Information

Page 1 of 1

Terminal Cores & APM Interface Project

PROJECT SUMMARY INFORMATION (Add rows as necessary)

Firm: ________________________________________________

Project Name and Contract

Number Owner

Information (1) Project Description (2) Dates Work Performed

Project Type (3)

Construction Value (4)

Schedule (5)

Project Role, Description and Amount of Work

Performed(6)

Notes: (1) For owner information, provide owner’s name, contact person including position and role in referenced project, location, phone number, and e-

mail address. (2) Provide a brief description of the project including location, type of facility, size and current status. (3) Identify project type (e.g., Design/Build, CMAR, or other type). (4) Provide both original and final construction cost, including a brief explanation of any variance between the two. (5) Provide both original and actual schedule, including a brief explanation of any variance between the two. (6) Describe the work and state the percent or dollar value of the (a) design and construction work the entity performed/was responsible for (if the

entity is a design/builder); or (b) the design work performed (if the entity is a designer). For example, a member of a JV with a 30% stake in a $250 million project would insert 30% or $75 million; an engineer that performed $10 million worth of work on a $250 million project would insert 2.5% or $10 million.

Project Summary Information Page 1 of 1