Fax: (949) Phone: (949)

Similar documents
BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

UNIVERSITY OF CALIFORNIA, LOS ANGELES REQUEST FOR PREQUALIFICATION

Albany Unified School District Contractor Prequalification

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT

Prequalification Statement 11.16

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

LEVEL I PREQUALIFICATION DOCUMENTS

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

PREQUALIFICATION APPLICATION

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

UNIVERSITY OF CALIFORNIA, SAN DIEGO

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

UNIVERSITY OF CALIFORNIA, SAN DIEGO

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

MARYLAND STADIUM AUTHORITY

SUBCONTRACTOR / SUPPLIER (Circle one) PRE-QUALIFICATION FORM

REQUEST FOR QUALIFICATIONS

UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT. ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS)

Request for Prequalification. Electrical Subcontractor

PROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California.

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

The Bid Date has changed to 03/16/2010 at 2:30 PM.

Brian Moore. All Contractors. Regarding: Contractor Safety Introduction Letter and Packet. To Whom It May Concern:

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE

MARYLAND STADIUM AUTHORITY

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) (BUILDING 590 Deep Foundations)

Ge#ng Started. Application process:

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

INSTRUCTIONS TO BIDDERS

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

Main Building Auditorium

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED MAXIMUM PRICE

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS

January 22, Table of Contents

City of Richland Energy Services Department Prequalification of Electrical Utility Contractors 2018 Application Instructions & Forms

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Section IV. Bidding Forms

SUBCONTRACTOR S QUALIFICATION STATEMENT

Sub-Contractor/Supplier Pre-Qualification Questionnaire

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER

PUBLIC CONTRACT CODE SECTION

CM AT RISK RFQ INTEREST FORM (For Submission to Cambridge Housing Authority Immediately) Revitalization of Frank J. Manning Apartments

NABI/KCL Oilfield Construction Services Guyana (JV)

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

3. Construction Contractor - the company that is qualified by a contractor, or the qualifier who holds a contractor's license.

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

Contractor Prequalification Instructions

General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

Bidders Pre-Qualification Questionnaire For ONSHORE/OFFSHORE EPCI HOKCHI PROJECT

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK FOR THE NEW

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

Maricopa Integrated Health System Vendor Questionnaire

Bidding Conditions Attachment C

UCLA LUSKIN CONFERENCE AND GUEST CENTER Project

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REQUEST FOR PROPOSAL For Legal Services Bid Number:

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

Contractor Pre-qualification profile and Questionnaire

UNIVERSITY OF VIRGINIA STANDARD FORM FOR CONTRACTOR'S STATEMENT OF QUALIFICATIONS. Contractor s Name:

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

MARYLAND STADIUM AUTHORITY

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

INVITATION FOR BIDS (IFB)

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Ground Transportation Management Services

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

City and County of San Francisco

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

DOCUMENT POST BID INTERVIEW

GENERAL INFORMATION. Yrs. Yrs. Yrs. How many years has your organization been in business under your present firm name:

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013

CONTRACTOR SAFETY MANAGEMENT PROGRAM (CSMP) PRE-QUALIFICATION SAFETY QUESTIONNAIRE

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

Transcription:

Marissa Lidyoff From: Sent: To: Subject: Attachments: Marissa Lidyoff <notifications=com2.smartbidnet.com@smartbidnet.com> on behalf of Marissa Lidyoff <notifications@com2.smartbidnet.com> Monday, February 23, 2015 2:02 PM Marissa Lidyoff Project Specific RFQ for UCSD OPP (Project No. 4484/A4L-379/964840) Prequal_App_UCSD_OPP_Declaration_Page.pdf; Prequal_App_UCSD_OPP_App_A.pdf To view the prequal form, please go to the following address: URL: https://secure.smartbidnet.com/lral and enter the access key: f7f1dbead1034 PROJECT SPECIFIC PREQUAL FROM RUDOLPH AND SLETTEN, INC. ATTN: Marissa Lidyoff (or Estimating Department) Company Name: RUDOLPH & SLETTEN INC (Marissa's Test) (Irvine, CA) Address: 16851 Hale Avenue Irvine, CA - 92113-5020 INVITATION TO PREQUALIFY Project Title: Fax: (949) 252-1393 Phone: (949) 223-6827 UCSD Project No. 4484/A4L-379/964840 Contact: Subcontractor Prequalification Phone: (949) 223-6827 Manager Details: Prequalification Due Date: 03/09/2015 at 4:00 PM Email: marissa_lidyoff@rsconst.com We would appreciate confirmation of intent to submit the prequalification application (via email to marissa_lidyoff@rsconst.com). Per the instructions in the header above, please select the orange link or log in with the link and access code to begin the prequalification process. Any information entered may be saved and completed at a later date via either log in method. Appendix A and the Declaration (signature page) are attached for your convenience and may be submitted via the prequal module, using a PDF viewer (adobe reader is free and can be installed via this link: http://get.adobe.com/reader/) to open the files prior to entering any information, is recommended in order to ensure the information is saved prior to uploading. Please submit one appendix A per bid package of interest via the prequal module. The appendices are also accessible via the online planroom at any time. Submit per the instructions in the application and feel free to contact me if you have any questions or comments.

Detailed Prequal Ad with Bid Package Specific Information Sincerely, Marissa Jean Edward Lidyoff Subcontractor Prequalification Manager Prequalification application is accessible per the link in the above header. YES, I would like to attempt to prequalify No, I would not like to attempt to prequalify RSVP Please Fax this memo ASAP to (949)252-1393, login to website indicated in the header above or email to respond. License #198069 To Unsubscribe from receiving invitations, please Click Here

Subcontractor Pre-Qualification Documents for University of California at San Diego Outpatient Pavilion Project Project No. 4484/A4L-379/964840 To ensure you re viewing the complete instructions, please select "Full View" in the title bar at the top of the page versus "Short View". The Outpatient Pavilion Project comprises approximately 150,000 gsf OSHPD-3 compliant outpatient and clinical facilities to accommodate hospital-licensed services and programs in support of the Jacobs Medical Center. This facility will serve as a platform to improve outpatient care delivery at UC San Diego by housing disease-specific centers consolidating all outpatient, ancillary, professional and support services needed to treat specified conditions. For additional information including a detailed description of the work, list of bid packages, anticipated contract values and required license(s) please visit http://projects.rsconstruction.com/ucsd-outpatient-pavilion/ Please be prepared to upload the below documents when prompted via the application: OSHA 300 and 300A forms for the last 3 years. Certifications for each qualifying diversity classifications (i.e. SB, SBE, MBE, DBE, WBE, DVBE, etc.) Reference letter from your Workers Compensation insurance carrier confirming the most recent five years of Experience Modification Rates (EMR) or loss runs if your firm is currently ineligible for an EMR. Audited financial statements if you wish to be prequalified for contracts greater than $1,000,000. Reviewed financial statements if you wish to be prequalified for contracts up to $1,000,000. Reference letter from your bonding company stating aggregate and single project bonding capacities. Submit financial statement(s) per the link provided in Section 5. Financial or to: Rudolph and Sletten, Inc. Attn: Prequalification Manager 16851 Hale Avenue Irvine, CA 92606 Fax: (949) 252-1393 Email: Subqual@rsconst.com If you are receiving this invitation in error and you should not be the prequalification contact, please send us an email with the contact information (primarily email address) for the correct prequalification person. If you are the correct general information contact, but not the financial information contact, please complete the appropriate portion(s) of the application and send an email requesting reassignment of the prequalification responsibility to the financial contact. Include financial contact email address with this request. A notification will be received by the financial contact upon completion of the transition of responsibility and initial contact will no longer have access privileges to the application or information contained therein. Only one responsible party may have access to the application at any given time. Information entered may be saved and completed at a later date via the same link and login information utilized to initiate the prequalification process.

Section 1. Notice to Subcontractors for Prequalification 1. PREQUALIFICATION PROCESS Prospective bidders who plan to submit a lump sum bid for this project must be prequalified**. Only prequalified** prospective bidders will receive Bid Documents. Prequalification documents, consisting of this electronic NOTICE TO SUBCONTRACTORS FOR PREQUALIFICATION together with the electronic PREQUALIFICATION STATEMENT and electronic contract document exhibits, will be available to bidders beginning on the date and time listed in Section 2. PREQUALIFICATION SCHEDULE at the office of Rudolph and Sletten, Inc. located at 10955 Vista Sorrento Parkway, Suite 100, San Diego, CA 92130 and in the electronic SmartBidNet plan room. Access to the SmartBidNet plan room may be requested via an email to subqual@rsconst.com with the subject line, "UCSD OPP RFQ Access Request." Please make sure to include your company name and basic contact information along with this request. Prospective bidders shall submit an electronic version of the Prequalification Statement and required attachments via this SmartBidNet web based module. If utilizing the fax option for submitting the declaration page, please include a transmittal identifying "UCSD OPP RFQ Submission", bid package(s) of interest, subcontractor s name and basic contact information to Subcontractor Prequalification Manager, Rudolph and Sletten, Inc. at (949) 252-1393 by the date and time listed in section 2. PREQUALIFICATION SCHEDULE. Rudolph and Sletten, Inc. may not accept prequalification applications without a duely executed Prequalification Declaration. All prequalification applications submitted must be sent so that they are received by Rudolph and Sletten, Inc. on or before the stated due date(s) and time(s) in Section 2. PREQUALIFICATION SCHEDULE. Prequalification applications may not be accepted by Rudolph and Sletten, Inc. after the date and time listed in Section 2. PREQUALIFICATION SCHEDULE. However, Rudolph and Sletten, Inc. reserves the right to request, to receive, and to evaluate supplemental information after the time and date listed in Section 2. PREQUALIFICATION SCHEDULE at its sole discretion. Those prospective bidders who have submitted the prequalification application will be notified in writing whether they have been prequalified and will be permitted to participate in providing a lump sum bid for the project. **Prequalification requirement waived for indicated bid packages 2. EVALUATION FACTORS FOR PREQUALIFICATION Note: Not all questions in the questionnaire are scored; some questions are informational. Rudolph and Sletten, Inc. will evaluate all completed Prequalification Responses received on a Pass/Fail basis as well as a points based rating system. In order to prequalify for this project, prospective bidders must obtain a "Pass" rating on all of Section 15. Appendix C, Essential Requirements and meet the minimum score for Section 3. Company Information through Section 14. Appendix B Claims History. Prospective bidders who do not obtain a "Pass" rating for all of the criteria in Section 15. Appendix C Essential Requirements will not be eligible to bid regardless of the scores obtained in Section 3. through Section 14. The scored questions are in two groups: Group 1 (100 points): Section 3. Company Information through Section 12. Location Preference and Section 14. Appendix B Claims History

Group 2 (120 points): Section 13. Appendix A Project Data Sheets For information on anticipated contract values and required license(s) please review the DETAILED AD FOR PREQUALIFICATION. Please review Section 15. Appendix C. Essential Requirements for eligibility prior to proceeding with completing this prequalification application. 3. PROSPECTIVE BIDDER APPEAL PROCESS Rudolph and Sletten, Inc. and/or the University may determine that a prospective bidder is ineligible to bid due to a non responsive or late submission. There is no appeal for submitting an incomplete or late application. The deadlines may not be changed in order to accommodate incomplete or late submissions. Any person or entity not satisfied with the outcome of the prequalification for their firm may file an appeal. An appeal must be received no later than three (3) business days from the date of the written notice regarding prequalification determination. The notice of appeal must contain a complete statement of the basis for appeal and all supporting documents. Additional documentation may not be accepted after initial appeal request. Without a timely appeal, the prospective bidder waives any and all rights to challenge the decision of prequalification status. Appeals review shall be an informal process as determined by the University and Rudolph and Sletten, Inc. Written notice of the decision shall be given to the prospective bidder within three (3) business days of the appeals review, not to exceed fifteen (15) business days from the date of written notice regarding prequalification determination, and shall be final and binding. If a prospective bidder does not appeal the outcome of their firm's prequalification determination through the process as described above, the decision of prequalification status shall be adopted without further proceedings and shall bar any further litigation or claim procedures. 4. LUMP SUM SELECTION PROCEDURES The successful subcontractor will be selected on the basis of the lowest responsive lump sum bid to Rudolph and Sletten, Inc. 5. CONTRACT PROCEDURES Once the successful subcontractor has been selected, the subcontractor will be authorized by the University to begin its scope of work. All insurance policies required to be obtained by the subcontractor shall be subject to approval by Rudolph and Sletten, Inc for conformance to the Prime Contract requirements and UCIP agreement with the more stringent governing. Design-Build contractors will be required to maintain Professional Liability Insurance. All such policies shall be issued by a company rated by Best as A- or better with a financial classification of VIII or better or an equivalent rating by Moody s or Standard & Poor s. Policies issued by companies for Workers Compensation and Employer s Liability Insurance may be issued by companies (i) that have a Best rating of B+ or better, and a financial classification of VIII or better (or an equivalent rating by Standard & Poor or Moody s); or (ii) that are acceptable to Rudolph and Sletten, Inc.

6. Bid Package(s) of Interest (For information on anticipated contract values and required license(s) please review the DETAILED AD FOR PREQUALIFICATION.) BP 10 Structural Steel BP 11 - Structural Concrete BP 12 - Flashing and Sheet Metal BP 13 - Grading and Shoring BP 14 - Site Utilities Section 2. Prequalification Schedule 1. Milestone Date* Prequalification Documents available to prospective bidders 02/23/2015 Prequalification process RFI deadline 03/02/2015 Submittal deadline of completed Prequalification Documents 03/09/2015 at 4:00 pm Notification of qualification status released in writing Week of 03/17/2015 Issue Bid Documents to Pre-Qualified** prospective bidders 03/2015 Lump Sum Bid deadline 04/2015 *Dates are subject to change **Prequalification waived for indicated bid packages Section 3. Company Information 1. Please include/update these key personnel contacts per the below; President or Owner, Vice President (VP), Chief Financial Officer (CFO), Chief Estimator, Prequal Contact, Bidding Contact(s). Include at least one Bidding Contact per company location. Please ensure to include your headquarter's DUNS number, to do so, enter the number in the DUNS field and select "ADD". Please verify Public Works Contractor DIR registration per the Industry Certifications Section. 2. Organization Information Company Name: Organization: IRSEIN: Web Site: Company Locations Location Info Address 1: Address 2: Zip/Postal: Phone:

City: State: Fax: Country: Contacts Name/Title/Email Fax/Phone/Mobile Location Info

Address 1: Address 2: City: State: Zip/Postal: Phone: Fax: Country: Contacts Name/Title/Email Fax/Phone/Mobile Location Info Address 1: Address 2: City: State: Zip/Postal: Phone: Fax: Country: Contacts Name/Title/Email Fax/Phone/Mobile 3. Additional Organization Information Parent Company Name (if applicable) How many years has your organization been in business under its present business name? Under what other former names has your organization operated? 4. Year Established 5. State of formation 6. Labor Agreements

Labor Agreements 7. Industry Certifications Industry Certifications 8. Current Employment / Peak Employment (How many people does your firm presently employ?) Current Peak Corporate/Office Field Supervisor Trades Other Section 4. Primary Trade(s) 1. Divisions Division / Trades Section 5. License(s) 1. Select all License Classifications currently held in question 3. No need to list all Classifications in question 2. 2. Licenses State: License Number: License Class/Type: Expiration Date: 3. CSLB Classification

Section 6. Litigation 1. Bankruptcy, failed, defaulted, assessed liquidated or other damages on a contract: (Has your company ever petitioned for bankruptcy, failed in a business endeavor, defaulted, been terminated, assessed liquidated or other damages on a contract awarded to you?) 2. Has your firm ever failed to complete an awarded contract? 3. Has your firm ever been disbarred from public work? 4. Has any entity ever made a claim against your company for defective, improper, or non-conforming work or for failing to comply with warranty obligations? 5. Involved in litigation with Owner or AEC: (Has your company been involved with any litigation, mediation, and/or arbitration within the last five years with an owner, architect, engineer or general contractor?) 6. Surety Completed Project: (Has your surety ever finished one or more of your construction projects?) 7. Has a complaint ever been filed with a Contractor s State License Board against your firm? 8. Does an employee of Rudolph and Sletten, Inc. or Tutor Perini Corporation, including its wholly owned subsidiaries, directly or indirectly own a portion of your company or an affiliated company? 9. Tutor Perini Subsidiary 10. Has your firm had any citations or fines from the EPA, any other state or federal environmental or air quality regulatory authorities? 11. Has an employee of Rudolph and Sletten, Inc. or Tutor Perini Corporation, including its wholly owned subsidiaries, directly or indirectly received compensation, remuneration, or any cash payments from your company or an affiliated company? 12. Excluding normal entertainment expenses, has an employee of Rudolph and Sletten, Inc. or Tutor Perini Corporation, including its wholly owned subsidiaries, directly or indirectly received gifts, goods, and/or services from your company or an affiliated company?

13. Will your firm execute the Contract, downloadable via the below links, without exception or qualification? (Please review Rudolph and Sletten, Inc. s Long Form Standard Subcontract (download here) and Addendum to AGCC (download here). Prior to answering.) 14. Recent prevailing wage and/or apprenticeship violation(s)? (Firm has been found to have violated any provision of California apprenticeship law(s) or regulation(s) or the law(s) pertaining to use of apprentices on public works projects within the last five (5) years.) Section 7. Financial 1. Are the Financial Statements of the Organization requesting to prequalify? 2. Financial Statements (File) (Attach any available audited financial statements for the past three years, including latest balance sheet, containing but not limited to the following information (available unaudited financial statements should be included if audited statements are not available): current assets, net fixed assets, other assets, current liabilities, other liabilities, retained earnings and net worth, date of statement, name of firm preparing statement) 3. Gross Construction Revenue 2014 4. Gross Construction Revenue 2013 5. Gross Construction Revenue 2012 6. Gross Construction Revenue 2011 7. Is your company eligible to be bonded? (Reference letters must be dated within the past 6 months.) 8. Is your company capable of providing a bid bond? (The submission of a Bid for this particular project will require a Bid Bond. Note: A performance and payment bond may be required in order to be eligible to be awarded a contract.) 9. If your company is eligible to be bonded, please attach a reference letter stating aggregate and single project bonding capacity from your surety company. (Additional References information can be uploaded here as a single file)

10. Single Project Bonding Capacity 11. Aggregate Bonding Program 12. Performance and Payment Bond Rate? (If your firm were to be required to provide a performance and payment bond on this project, state the anticipated percentage up-charge based on the published anticipated contract value(s). Published Values) 13. Largest Projects Completed Recently (List the project name and value of the three largest contracts over the last three years) Year Completed Project Name Value 14. Backlog (Defined as unearned revenue on work in progress plus committed work not yet started.) 0-12 Months 12-24 Months Total Backlog 15. Recent Financial History (Please answer for the applying company (e.g. not parent company) for the past three years.) 2012 2013 2014 What was the company's revenue? What was the company's net income? 0 Number of contracts? Average contract size? Section 8. References 1. Industry References (Please list the following references:) Name/Branch Contact Person Name Contact Email Address Contact Telephone Number Banking Bonding Insurance Carrier Supplier ( 2. General Contractor / Owner References (Please list three following references:)

General Contractor or Owner Contact Person Name Name Contact Email Address Contact Telephone Number Section 9. Diversity 1. Minority Status Minority Status 2. Attach a copy of verification of certification for each current diversity classification. (Upload an attachment for Schedule A (in a single file) if necessary) Section 10. Safety 1. All subcontractors will be required to meet Cal OSHA safety rules and regulations. Please review the below minimum occupational safety and health qualifications required prior to confirming eligibility for the University's Controlled Insurance Program (UCIP) via Section 15. Appendix C Essential Requirements Question 6. UCIP Exhibits (Download here) 2. Does your firm currently qualify for an Experience Modification Rating (EMR)? (If yes, attach verification of 5 years of Workers Compensation Experience Modification Rating (EMR) from your insurance carrier. If no, attach loss runs of 5 years from your insurance carrier and a copy of your injury and illness prevention plan.) 3. List EMR for the below years, if available. 4. EMR - 2015 5. EMR - 2014 6. EMR- 2013

7. EMR - 2012 8. EMR - 2011 9. EMR - 2010 10. Please attach the following information with any personal employee information hidden or removed. OSHA 300 Forms for each of the last three (3) years - 2012-2014 OSHA 300 A Summary Sheets for each of the last three (3) years - 2012-2014 11. OSHA Citations/Fines/Fatalities in last 5 years: (Has your firm had any OSHA citations, fines, or job site fatalities within the most recent five (5) years? Please confirm quantities below, if none, enter "0". If yes, please describe in detail including; amount of penalties initially assessed and/or paid, date and classification of incident(s) via the below field or via uploading a file below.) 12. Please also confirm the number of OSHA citations that are of greater severity than a "General" citation (i.e., serious, willful, etc.) per the below fields 13. Serious OSHA Citation(s) - 2014 14. Serious OSHA Citation(s) - 2013 15. Serious OSHA Citation(s) - 2012 16. Serious OSHA Citation(s) - 2011 17. Serious OSHA Citation(s) - 2010 18. Fatalities - 2014 19. Fatalities - 2013 20. Fatalities - 2012 21. Fatalities - 2011

22. Fatalities - 2010 23. Individual in charge of safety program: Name Title FT or PT Emergency Contact # Email Section 11. Insurance 1. Meets All Minimum Insurance Requirements Listed above? 2. Willing to add insurance if minimums are not met? (If you ve answered No to any of the above insurance requirements, would you be both willing and capable of purchasing additional coverage to meet or exceed the specified limits and requirement if you were awarded a project?) 3. Current insurance limits (Do your current limits meet or exceed the below? Please respond with "Y" for Yes or "N" for Note: Design-Build Prospective Bidders will be required to maintain Professional Liability insurance.) General Liability Aggregate- $4,000,000 General Liability Single Occurrence- $2,000,000 Automobile-$1,000,000 Workers Compensation or Employee Liability- $1,000,000 Section 12. Location Preference 1. Please select the geographical region(s) where you are willing to work. 2. Area Of Work 1. 2. 3.

Section 13. Appendix A Project Data Sheets 1. Please complete this Section 13. Project Data Sheets (download here and "save as" prior to filling in response) for 3 Comparable projects completed within the last seven (7) years for each bid package of interest. For additional bid packages of interest, download an additional copy of the Project Data Sheets (download here and "save as" prior to filling in response) and submit per the below instructions. Subject to the above qualifications, a "Comparable" project is defined as completed construction including at least 3 of the following criterion and contains current contact information of applicable references (General Contractor, Owner and/or Design Professional). If Rudolph and Sletten, Inc is unable, after reasonable efforts, to confirm the past project information submitted by prospective bidders, said project may not be accepted and could earn zero (0) points towards a qualifying score. a. Constructed in the State of California. b. Bid package specific construction value at completion greater than the published estimated bid package value. For information on anticipated contract values and required license(s) please review the DETAILED AD FOR PREQUALIFICATION. c. Work achieving LEED certification. d. Work having been completed at a College or University campus around an existing fully functional facility. e. Work having Certified Payroll reporting requirements. f. Construction completed with OSHPD 3 or more stringent oversight. Comparable project examples with more than 3 of the above listed criterion will be scored higher, although the criterion may not be equally weighted. The most heavily scored item is b. Bid package specific construction value at completion. The work in the listed projects must have been performed by the subcontractor's own workforce. Projects completed by the present employees of the subcontractor for former employers are not acceptable. Project Data Sheets Project Data Sheets for Additional Bid Package of Interest Project Data Sheets for Additional Bid Package of Interest Section 14. Appendix B Claims History

1. Each Subcontractor will be evaluated to determine if the Subcontractor and/or persons or entities associated with the Subcontractor have a history of having unmeritious construction claims asserted by or on their behalf in litigation or arbitration and/or of having had meritorious construction claims asserted against them in litigation or arbitration. In order to be evaluated, each Subcontractor must complete the Claims History portion of this questionnaire. For each such claim as detailed in questions 2 and 3 of this section, download and complete a copy of Appendix B, Part 2b (download here and "save as" prior to filling in response) and/or Part 3b (download here and "save as" prior to filling in response) and attach, per the instructions in questions 2 and3, as one completed document per question. As used herein: a. Lawsuit means any lawsuit commenced within ten (10) calendar years preceding the deadline for submission of the prequalification questionnaire. b. Arbitration means any binding arbitration commenced within ten (10) calendar years preceding the deadline for submission of the prequalification questionnaire. c. Claim means a claim (excluding claims solely for the enforcement of stop notices) arising from construction work and includes, without limitation, claims for extra compensation and damages (including delay, disruption and acceleration damages, but excluding claims for personal injury or death), and claims for defective construction work. d. Pass-Through Claim has the meaning commonly ascribed to it in the construction industry and also includes (i) any claim that was or is asserted by a person or entity, in whole or in part, against an Owner on behalf of a different person or entity; and (ii) any claim that was or is asserted by an Owner against a person or entity, and that was subsequently reasserted, in whole or in part, against a different person or entity. e. Member of Subcontractor means all firms and individuals who are intended to work as a part of, for, or under the Subcontractor on the Project that is the subject of this prequalification process and includes, without limitation, such firms or individuals who are sub-subcontractors (to the extent known). f. Whenever a person or entity is referred to, the reference includes the person or entity and all partners, affiliates, subsidiaries, heirs, executors, administrators, assigns, predecessors and successors in interest of or to the person or entity. For instance, a reference to a Subcontractor includes the Subcontractor and all partners, affiliates, subsidiaries, heirs, executors, administrators, assigns, insurers, predecessor businesses and successor businesses of the Subcontractor. 2. Lawsuits and Arbitrations by Subcontractor and/or Persons or Entities Associated with Subcontractor (Has Subcontractor been a party to any lawsuits or arbitrations where the total amount of Claims (including Pass-Through Claims) asserted by or on behalf of the Subcontractor exceeded $50,000?) 3. Lawsuits and Arbitrations Against Subcontractor and/or Persons or Entities Associated with Subcontractor (Has Subcontractor been a party to any lawsuits or arbitrations where the total amount of Claims (including Pass-Through Claims, and claims for indemnity or contribution) against the Subcontractor exceeded $50,000?)

Section 15. Appendix C Essential Requirements 1. Completed Prequalification Declaration? (Properly signed by the authorized person. Downloadable via the final section: Section 16. Appendix D Prequalification Declaration "No" = Automatic Disqualification) 2. Required CA CSLB License? (Possession of required California Contractor s License/classification(s) in good standing at the date and time of the prequalification submittal and has not been revoked within the last seven (7) years. "No" = Automatic Disqualification For information on anticipated contract values and required license(s) please review the DETAILED AD FOR PREQUALIFICATION. N/A only applied to Surveyors) 3. Eligible to bid on public projects? (Firm has not been disqualified, disbarred, removed, terminated or otherwise prevented from bidding on, or completing any public agency project at any time within the last seven (7) years. "No" = Automatic Disqualification) 4. No recent disciplinary proceeding(s)? (Firm has never been subject to a disciplinary proceeding by a public agency as the result of a crime for which he or she was convicted, or of a disciplinary infraction such as a breach of a code of ethics, at any time within the last seven (7) years. "No" = Automatic Disqualification) 5. No recently submitted false claim(s)? (Firm has not been found in a final decision of a court to have submitted a false claim to a public agency within the last seven (7) years. "No" = Automatic Disqualification) 6. Eligible to participate in UCIP? (Firm has reviewed and can meet UCIP requirements per the minimum occupational safety and health qualification declaration (Download Here). "No" = Automatic Disqualification, without exception granted by UCSD N/A only applies to surveyors. Note: this form does not need to be submitted with the completed prequalification application.) 7. No recent surety completed project(s)? (Firm(s) has not had a surety company perform any or all of their work on one or more of their construction projects within the last seven (7) years. "No" = Automatic Disqualification)

8. Bonding capacity greater than or equal to bid package(s) estimated value(s)? (Single project bonding capacity is greater than or equal to anticipated bid package value. If firm is interested in more than one bid package, this response must apply to all bid packages of interest. For information on anticipated contract values and required license(s) please review the DETAILED AD FOR PREQUALIFICATION. "No" = Automatic Disqualification) 9. Asset to liability ratio is positive? (Asset to liability ratio for the 2013 fiscal year is greater than or equal to one (1.00). "No" = Automatic Disqualification) 10. CA DIR Registered Public Works Contractor? (Registration as a California Department of Industrial Relations (CA DIR) Public Works Contractor is in good standing at the date and time of the prequalification submittal and has not been revoked within the last seven (7) years. "No" = Automatic Disqualification For information and confirmation of registration, please visit the CA DIR s Public Works Home Page. Please make sure the certification number and expiry date are updated in the company information section of this application.) Section 16. Appendix D Prequalification Declaration 1. Please download the Prequalification Declaration (download here and "save as" prior to filling in response) and have an authorized signatory review all information in this prequalification prior to execution and submission. The Prequalification Declaration page, downloadable via the above link, may be printed and uploaded per the below "browse" option or faxed to (949) 252-1393. If utilizing the fax option for submitting the declaration page, please include a transmittal identifying "UCSD OPP RFQ Submission", bid package(s) of interest, subcontractor s name and basic contact information to Subcontractor Prequalification Manager, Rudolph and Sletten, Inc. at (949) 252-1393 by the date and time listed in section 2. PREQUALIFICATION SCHEDULE. Rudolph and Sletten, Inc. may not accept prequalification applications without a duely executed Prequalification Declaration. Thank you for your interest in working with the University of California at San Diego and Rudolph and Sletten, Inc. Project No. 4484/A4L-379/964840 We appreciate your diligence. Prequalification Declaration

2. End of (final) Section 16. Appendix D Prequalification Declaration If you do not receive a confirmation of receipt of your prequalification application within 1 business hour of submission, please email or call per the below contact information. Feedback on this prequalification process is welcomed and appreciated. Sincerely, Marissa Jean Edward Lidyoff Subcontractor Prequalification Manager Rudolph and Sletten, Inc. p: (949) 223-6827 c: (562) 235-3448 f: (949) 252-1393 Marissa_Lidyoff@rsconst.com