UREY HALL BARREIRO LABORATORY RELOCATIONProject No.: 5166/A4L-450/968413

UNIVERSITY OF CALIFORNIA, SAN DIEGO

PREQUALIFICATION QUESTIONNAIRE

For

UREY HALL BARREIRO LABORATORY RELOCATION

UNIVERSITY OF CALIFORNIA, SAN DIEGO

PROJECT NUMBER: 5166/A4L-450/968413

SUBMITTED BY:

please enter your company name here

UNIVERSITY OF CALIFORNIA, SAN DIEGO

CAPITAL PROGRAM MANAGEMENT

10280 NORTH TORREY PINES ROAD

LA JOLLA, CA 92037

ISSUE DATE: July 18, 2017

MANDATORY PREQUALIFICATION MEETING: July 24, 2017

MANDATORY MEETING LOCATION: CPM, Large Conference Room, Suite 466

SUBMITTALS DUE: August 2, 2017

LEVEL 1

PREQUALIFICATION QUESTIONNAIRE

For

UREY HALL BARREIRO LABORATORY RELOCATION

(Where a time period is given, such as the last ten [10] years, the period is to be measured backwards from the date this Level I prequalification questionnaire is required to be submitted to the University of California at San Diego.)

Note: Submission of an incomplete and/or unclear Level I Prequalification Questionnaire may result in the determination of the prospective Construction Manager/Contractor (CM/Contractor) as NON-PREQUALIFIED.

SUBMITTED BY:______

(Name and Title) Printed or Typed

______

(Signature)

______

(Firm Name. )

______

(Contact Name)

______

(Address)

______

(City, State, Zip Code)

______

(Telephone Number) (Facsimile Number)

______

(E-mail Address)

Each prospective CM/Contractor must have the following California General Building Contractor’s License: B, current, active and in good standing with the California Contractor’s State License Board on the date and time of the Prequalification Questionnaire submittal is due. ThisPrequalification Questionnaire with all portions completed, including required attachments must be submitted.

Each prospective CM/Contractor must answer all of the following questions and provide all requested information, where applicable. Any prospective CM/Contractor failing to do so may be deemed to be non-responsive and not responsible with respect to this Prequalification at the sole discretion of the University. Each prospective CM/Contractor must submit three (3) printed sets andone (1) flashdrive with complete submittal of the questionnaire. All CM/Contractor’s which have submitted a Level I Prequalification Questionnaire will be notified in writing of either successfully or not successfully achieving Level I prequalification status. The decision of the University is final and is not appealable within the University of California system.

All information submitted for Prequalification evaluation will be considered official information acquired in confidence, and the University will maintain its confidentiality to the extent permitted by law.

It is critical that the prospective CM/Contractorcomplete all information required herein accurately, completely, truthfully and to the best of their knowledge. Ambiguous or incomplete information may lead to an unfavorable rating and subsequent status as non-prequalified.

WHERE NECESSARY, COPY THE FORMS IN THIS PACKAGE. USE ONLY THESE FORMS.

1.PREQUALIFICATION DECLARATION

I, ______, hereby declare that I am the

(Printed Name)

______of ______

(Title)(Name of Firm)

Submitting this Prequalification Questionnaire; that I am duly authorized to sign this Prequalification Questionnaire on behalf of the above named firm; and that all information set forth in this Prequalification Questionnaire and all attachments hereto are, to the best of my knowledge, true, accurate and complete as of its submission date.

The undersigned declares under penalty of perjury that all of the prequalification information submitted with this form is true and correct and that this declaration was executed in

______(County), ______, (State)

on ______(Date).

______

(Signature)

2.ATTENDANCE AT MANDATORY LEVEL I PREQUALIFICATION CONFERENCE

Did a representative of your firm attend the Mandatory Level I Prequalification Conferenceat Capital Program Management, 10280 N. Torrey Pines Road, University of California, San Diego, La Jolla, CA 92037?

YES NO

Name/names of those attending: ______

Date Meeting Attended: ______

3.LICENSE

A.Does your firm hold the following California contractor's license, which is current, valid, and in good standing with the California Contractor's State License Board?

License Classification: B – General Building Contractor

YESNO

B.Provide the following information about your firm's contractor's license:

1.Name of license holder exactly as on file with the California Contractor's State License Board:

______

  1. License Classification: ______
  1. License Number: ______

5.Date Issued: ______

6.Expiration Date: ______

C.Can you truthfully state that your firm's contractor's license has never been suspended or revoked by the California Contractor's State License Board within the last five (5) years?

YES NO

If answer is “No,” explain on attached additional sheets.

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

YES NO

E.Will your firm use computers with ability to log on to the Internet for this project?

YES NO

F.Does your firm have experience utilizing CPM logic, Primavera Project Planner scheduling software on your projects and would you utilize this experience on this project?

YES NO

If “No,” name the software application(s) used or the software application you would propose for use on this project for scheduling. ______

4.SURETY

Prospective CM/Contractor desiring to be prequalified are informed that they will be subject to and must fully comply with all fee bid conditions including 100% payment and 100% performance bonds.

Prospective CM/Contractor shall submit the below form, signed by representative of surety and notarized. If firm has used current surety for less than ten years, list sureties (ies) previously used and indicate number of years used to demonstrate ten (10) complete years of surety history.

A.Is the surety to be used listed in the latest published State of California Department of Insurance list of Insurance Organizations Authorized by the Insurance Commissioner to Transact Business of Insurance in the State of California?

YES NO

B.Is the prospective CM/Contractor able to obtain bonding up to and including the cost for this construction contract estimated at$2,800,000 of which no more than 50% is currently committed to other projects?

YES NO

C.Is it true that the surety has not paid out any monies for the construction activities of the prospective CM/Contractor whatsoever within the last ten (10) years?

YES NO

If answer is “No,” explain on attached additional sheets.

D.How long has the Prospective CM/Contractor been with this surety? years

E.Surety Declaration:

Provide this Declaration of your surety (ies) for completion. Do not have the surety submit this information directly to the University.

The undersigned declares under penalty of perjury that all of the above surety information is true and correct and that this declaration was executed in

County, California, on (date).

(Signature)

(Name and Title - Printed or Typed)

(Representing [Surety Name])

(Firm Name)

(Address)(City, State, Zip Code)

______

Telephone Number)(Facsimile Number)

(Email Address)

(ATTACH NOTARIZATION of SURETY REPRESENTATIVE’S SIGNATURE)

5.INSURER

Prospective CM/Contractor desiring to be prequalified is informed that they will be subject to and must fully comply with all fee bid conditions including the following insurance coverage and associated limits.

Prospective CM/Contractor shall submit the below form, signed by representative of insurer and notarized. If firm has used current insurer for less than ten years, list insurer(s) previously used and indicate number of years used to demonstrate ten (10) complete years of insurer history.

A.Is the insurer to be used listed by Best with a rating of A- or better and a financial classification of VIII or better (or an equivalent rating by Standard & Poor’s or Moody's)?

YES NO

Indicate Best Rating:

Indicate Best Financial Classification:

B.Is the prospective CM/Contractor able to obtain insurance in the following limits for each of these construction contracts?

YES NO

Minimum

Comprehensive or Commercial Form General Liability Insurance - Limits of LiabilityRequirement

Each Occurrence - Combined Single Limit for Bodily Injury and Property Damage$1,000,000

Products - Completed Operations Aggregate$2,000,000

Personal and Advertising Injury$1,000,000

General Aggregate - Not Applicable to Comprehensive Form$2,000,000

Business Automobile Liability Insurance - Limits of Liability

Each Accident - Combined Single Limit for Bodily Injury and Property Damage$1,000,000

Professional Liability Insurance

Each Occurrence$1,000,000

Aggregate$2,000,000

C.How long has the Prospective CM/Contractor been with this insurer? years

  1. Insurance Declaration:

Provide this Declaration to your insurance carrier for completion. Do not have the carrier submit this information to the University.

The undersigned declares under penalty of perjury that all of the above insurer information is true and correct and that this declaration was executed in

County, California, on (date).

(Signature)

(Name and Title - Printed or Typed)

(Representing [Insurer Name])

(Firm Name)

(Address)(City, State, Zip Code)

(Telephone Number)(Facsimile Telephone Number)

(Email Address)

(ATTACH NOTARIZATION of INSURER REPRESENTATIVE’S SIGNATURE)

6.CONSTRUCTION EXPERIENCE

Submit Project Data on a minimum of three (3) and a maximum of five (5) comparable projects successfully completed within the last ten (10) years constructed in the United States of America one of which was constructed in the State of California.

A comparable project is defined as having a construction cost at the bid date of at least $2,000,000or a total of $8,000,000 for the projects submitted, and one of the following example building types:

  • Physical Sciences and/or Engineering research laboratories, specifically laser laboratories or cleanroom facilities.
  • Other facilities that contain a high degree of technical complexity and

Such projects should have possessed the following construction challenges:

  • ISO cleanroom construction includingthe installation and commissioning of complex mechanical systems with extremely tight temperature and humidity controls.
  • Laboratory facilities utilizingdisplacement ventilation systems.
  • Occupied campus site with limitedconstruction and staging areas.
  • Project complexity requiring tracking of multiple functions and phases.
  • Relocation of major MEP/FS utilities in an occupied building with no/minimal downtime.
  • Project complexity requiring construction management services.
  • Proactive preconstruction services including constructability reviews, productive design team relationship, robust subcontractor prequalification process, accurate cost estimating, and effective procurement/scheduling strategies.
  • Construction coordination leading to the successful completion of projects within critical time frames on an accelerated schedule.
  • Documented critical path scheduling used to complete projects on time and within budget without compromising the aesthetics or construction quality of the project.

Two (2) of the projects submitted must include experience as CM/Contractor providing both pre-construction services and acting as General Contractor during construction phase on the same project.

A.Listed projects must have been managed and constructed under the business name submitted for Level I prequalification. Projects completed by employees for former employers are not acceptable.

B.Submit the following Project Data Sheets for each project submitted as evidence of your firm's CM/Contractor experience.

PROJECT DATA SHEET

(A separate sheet must be prepared for each project submitted.)

1.Project Name:______

2.Project Location:______

3.Project Description:______

4.Constr. Type:

5. Size (gross sq. ft.): ______

6.Business name of entity which constructed and managed this project: ______

______

6.Did your firm act as a CM/Contractor during the entire construction phase of this project, providing both pre-construction services and acting as General Contractor during the construction phase for this project? (At least two of the five submitted projects must have included pre-construction services.)

YES NO

7.Was the project completed under a CM/Contractor construction contract?

YES NO

8.How is this project comparable to the UREY HALL BARREIRO LABORATORY RELOCATION project?______

9.Was the project completed within budget?

Cost At Bid:$

Cost At Completion:$

Explanation: ______

10.For any differing amount between cost at completion and cost at bid, distribute the sources and/or causes of these changes into the following categories:

Document Problems:$

Unforeseen Conditions:$

Owner Generated Scope:$

Regulatory Agency:$

Other:$

11.Was construction begun and completed within the last ten (10) years?

YES NO

12.Was the project completed within the original contract time or the adjusted contract time?

YES NO

If completion did not occur within the original or the adjusted contract time, indicate elapsed time in whole calendar days between original or adjusted contract time and actual final completion. For projects that have not reached final completion, indicate current status with respect to contract time:

______

13.Did the project include occupied facilities adjacent to the project?

YES NO

14.Was this project completed within an occupied campus site with limited construction and staging area?

YES NO

15.Was this project completed within an existing and occupied building with no/minimal downtime?

YES NO

16.What communications strategies were used by your firm to assist the project team in mitigating the impacts of construction on the adjacent occupied facilities? ______

17.Was the project for a university or public institution?

YES NO

18.What strategic decisions did your firm contribute to the project which supported the project’s success (e.g. value engineering, phasing, innovation, new technology, etc.)? ______

19.Did the project include baseline critical path scheduling with adherence to updates and meeting a hard opening date?

YES NO

If “Yes,” how many construction activities were included on the schedule? ______

20.What strategies did your firm use to adjust and/or correct for non-Owner generated slippage in the critical path schedule?

______

21.Did the project include specialized equipment installation and coordination with owner representatives?

YES NO

If “Yes,” describe:______

22.Did the project contain a HVAC package that was designed to strict noise and vibration requirements?

YES NO

23.Did the project have tight temperature, humidity, vibration tolerances?

YES NO

If “Yes,” describe: ______

24.Did the project contain a laser research facility?

YES NO

25.Did the project contain an ISO certified cleanroom?

YES NO

26.Did the project include the installation of specialized HVAC equipment and complex HVAC controls systems?

YES NO

If “Yes,” describe the system(s): ______

27.Did your contract with the Owner require construction management services prior to construction?

YES NO

28.Did your contract with the Owner include construction cost estimating, constructability review or schedule analysis during pre-construction phases as a requirement of CM/GC contract with the Owner?

YES NO

If “Yes,” describe: ______

29.Did your CM/GC contract with the Owner include assistance with the client in developing bid packages, prequalification of subcontractors or analysis of the bids?

YES NO

If “Yes,” describe: ______

30.Did the project include a quality control program?

YES NO

If “Yes,” explain: ______

31.Did the project include California State Fire Marshal review and approval (planning, scheduling and obtaining State Fire Marshal approval of materials, shop drawings, and systems testing)?

YES NO

32.Did the project include California Division of State Architect Handicapped Accessibility Compliance review and approval?

YES NO

33.Did the Owner assess any back-charges?

YES NO

If answer is “Yes,” explain: ______

34.Did the Owner assess any liquidated damages?

YES NO

If answer is “Yes,” explain: ______

35.Describe your firm's claim-avoidance strategy and/or philosophy: ______

______

______

36.Name of Senior Project Manager/Project Executive:______

Qualifications of this Senior Project Manager/Project Executive:______

______

37.Name of Project Manager: ______

Qualifications of this Project Manager: ______

______

38.Name of Pre-Construction Manager: ______

Qualifications of this Pre-Construction Manager: ______

______

39.Name of Project Superintendent: ______

Qualifications of this Project Superintendent: ______

______

40.Name of Project Engineer: ______

Qualifications of this Project Engineer: ______

______

41.Did your firm self-perform any of the work?

YES NO

If “Yes,” please specify the trades you self-performed or have the capability to self-perform:

______

______

______

Client Firm Name:

Client Contact: Title:

Client Address:

ClientCity: State: _____Zip:

Client Phone:( ) Fax: ( )

Client E-mail Address:

Architect/Engineer/

Consultants:

Architect/Engineer

Contact Name: Phone:

Architect/Engineer

E-mail Address:

(Attach additional pages with other pertinent project information as necessary.)

If this project is UNDER $5M, delete this following section (“Current Projects for the Regents of the University of California”):

7.NOT USED

If this project is UNDER $5M, delete this following section (“Past Projects for the Regents of the University of California”):

8.NOT USED

9.STAFF EXPERIENCE AND PROJECT SAFETY

The Project Manager, and Project Superintendent listed will be considered qualified only if he/she has successfully completed at least two (2)comparable projects under a CM/Contractor Construction Contract.

A. CM/Contractor hereby commits as a minimum to assignment of the specific field staff as outlined below. Interviews with these individuals will take place during Level II of the Prequalification. CM/Contractor to submit a complete staffing chart as part of this package.

  • One Project Executive(part-time) during pre-construction and construction

The Project Executive will be on site part-time for construction (i.e. Option Phase 2) and on site for construction meetings.

  • One Project Manager(a minimum of 2 full days per week on site) during construction

The CM/Contractor will assign one project manager assigned to oversee, manage and coordinate the overall project as a whole. The magnitude and complexity of the project will necessitate that this position manage the entire construction process. This position will need to be involved with all aspects of the project including but not limited to all pre-construction scheduling and budgeting meetings, overall construction process development and execution, multi-staff operation management and coordination. The project manager will take the lead position in all architect and University issues including overall contract administration, constructability and logistic reviews, RFI, RFP and contract change order negotiations, campus and community relations. The project manager will maintain the point position on behalf of the general contractor and will be the key person in charge guiding the construction development process to successful closure, both budget wise and schedule wise.

  • One Project Superintendent(full-time on site) during construction

The CM/Contractor will assign one project superintendent to manage, coordinate and facilitate the field supervision staff for each of the various components of the project construction process. The major function of this position will be in addition to the normal superintendent’s daily workload, subcontractor interaction and production, and various field related coordination issues.