UNIVERSITY OF CALIFORNIA, SAN DIEGO

Similar documents
ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

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

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

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

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

UNIVERSITY OF CALIFORNIA, SAN DIEGO

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

UNIVERSITY OF CALIFORNIA, SAN DIEGO

Albany Unified School District Contractor Prequalification

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

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

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

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

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

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

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

PREQUALIFICATION QUESTIONNAIRE

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

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

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

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

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

UNIVERSITY OF CALIFORNIA, LOS ANGELES REQUEST FOR PREQUALIFICATION

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

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

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

MARYLAND STADIUM AUTHORITY

UCLA LUSKIN CONFERENCE AND GUEST CENTER Project

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

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

MARYLAND STADIUM AUTHORITY

INSTRUCTIONS TO BIDDERS

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

RE-ADVERTISEMENT FOR PREQUALIFICATION. Bid Package No. 28 Toilet Partitions and Accessories +Fire Extinguishers/Cabinets

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

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

REQUEST FOR QUALIFICATIONS

NOTICE TO BIDDERS FOR

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

Fax: (949) Phone: (949)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

City of Eagle Point 2017 Paving Instruction to Bidders

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

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal

Request for Qualifications Statements

Bidding Conditions Attachment C

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

ADVERTISEMENT FOR BIDS (AFTER PREQUALIFICATION)

ATTENTION CONTRACTORS

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

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS

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


UCSF Precision Cancer Medicine Building January 31, th Street R&S Job No San Francisco, CA Page 1 of 1

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK FOR THE NEW

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

REQUEST FOR PRE-QUALIFICATION FROM DESIGN-BUILD ENTITIES (RFQ) ACCESS CONTROL PROJECT, PHASE 1 DESIGN-BUILD PROJECT SADDLEBACK COLLEGE

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

DOCUMENT POST BID INTERVIEW

Ohio Public Employees Retirement System. Request for Proposal

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

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

Invitation for Bid - Standard Office Furniture / Task Chair

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

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

2060 FOLSOM APARTMENTS

House Doctor Consulting Services Application Package

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

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

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

PUBLIC CONTRACT CODE SECTION

August 31, To Whom It May Concern:

Ohio Public Employees Retirement System. Request for Proposal

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

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

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

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

REQUEST FOR QUALIFICATIONS

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

Purchasing and Procurement Policy

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No.

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

Transcription:

UNIVERSITY OF CALIFORNIA, SAN DIEGO BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANT A CRUZ OFFICE OF THE ASSIST ANT VICE CHANCELLOR CAMPUS ARCHITECT- FACILITIES DESIGN & CONSTRUCTION TEL: (858) 534-2177 FAX: (858)534-4363 WWW.FDC.UCSD.EDU 9500 GILMAN DRIVE #09I 6 LA JOLLA, CALIFORNIA 92093-0916 March 3, 2017 TO: ALL HOLDERS OF PREQUALIFICATION DOCUMENTS UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO.: 5065/A4L-432/965010 Enclosed are the following: 1. Addendum No. 2 dated March 1, 2017. 2. Revised Advertisement for Design Builder Prequalification dated March 1, 2017. 3. Revised Design-Builder dated March 1, 2017. NOTE: This addendum is being issued to reflect the addition of a third mandatory Prequalification Conference, extended submittal due dates, and proposal schedule. THE PREQUALIFICATION DUE DATE HAS EXPANDED TO 4:00 P.M., THURSDAY, MARCH 16, 2017.. Gillie Senior Director of Construction Services Facilities Design and Construction Enclosures

UCSD MEDICAL CENTER HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO ADDENDUM NO. TWO TO THE PREQUALIFICATION DOCUMENTS March 1, 2017 General: The following changes, additions, or deletions shall be made to the following documents; all other conditions shall remain the same. I. SPECIFICATIONS Item# 1. ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Delete Advertisement for Design Builder Prequalification and substitute Advertisement for Design Builder Prequalification revised 3/1/2017. 2. DESIGN-BUILDER PREQUALIFICATION QUESTIONNAIRE Delete Design-Builder and substitute Design- Builder revised 3/1/2017. UCSD - FD&C Page 1 of 1

UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO. 5065/A4L-432/965010 ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build contract are sought from Proposers for the following project: UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO. 5065/A4L-432/965010 ESTIMATED CONSTRUCTION COST $1,000,000 PREQUALIFICATION OF PROSPECTIVE PROPOSERS The University's primary objective in utilizing the design build approach is to bring the best available integrated design and construction experience to this project. The University strongly discourages Proposers from establishing exclusive arrangements with subcontractors or with subconsultants at this time. Only the names of the Architect(s) and or(s) are to be provided in response to this Request for Prequalification. The University has determined that Proposers who submit proposals on this project must be prequalified. Prequalified Proposers will be required to have the following California contractor's license: GENERAL BUILDING CONTRACTOR, B. GENERAL DESCRIPTION OF WORK In an effort to unify the healthcare branding across all facilities, UC San Diego Health hired BrandActive as a branding/way finding consultant to evaluate the Hillcrest Medical Center Campus and propose updates to the existing building and site signage. BrandActive has completed their assessment resulting in a recommendation document that the Health System has adopted. This project will take those recommendations and produce construction documents utilizing the necessary consultants, get regulatory approval (i.e. OSHPD, etc.), and install the updated signage. PROCEDURES The prequalification process will result in the selection of finalists who will be prequalified and will be issued proposal documents for this Project. The prequalified Proposers will submit price and technical proposals. The technical proposals will be scored according to an established scoring system. The price will be divided by the score to determine a price per technical point. The prequalified Proposer submitting the lowest price per technical point will be the apparent low Proposer for the Project. Level I will be the submittal of prequalification documents described in more detail below. After receipt of the prequalification documents, the University will review and determine a preliminary point score for each submittal. Requests for clarifying information and additional data will be made at this time, if required. After receipt and review of the clarifications and additional data, each prequalification submittal will receive a final point score. April 4, 2016 Advertisement for Prequalification (FDC Rev. 6-28-16) Revised March 1, 2017 Addendum 2 DB:ADBP 1

UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO. 5065/A4L-432/965010 Scoring of Proposers will be determined by the application of an established rating system to the following information (detailed submittal requirements are contained in the ): 1. California or s license 2. Surety and bonding capacity 3. Insurance 4. Construction experience 5. Design experience 6. Design-build experience 7. Design-build team members 8. Financial data 9. Arbitration and litigation claims history 10. Prior disqualification 12. Safety record A Proposer who falls under any of the following categories, will be excluded from further consideration in the prequalification process and from participating in the Level II Interview: 1. Proposer does not have the proper license. 2. Proposer does not meet established minimum standards for bonding capacity (as described in the ). 3. Proposer is not able to obtain required insurance. 4. Proposer does not have the required financial information. 5. Proposer has had a surety finish work on a contract in the last ten (10) years. 6. Proposer is presently disqualified from performing work for the University of California or another Entity. 7. Proposer did not submit required information. The Design-Build delivery process requires the prequalification of a responsible contractor and design firm working together as a Design-Build team. The University will review the Design-Build teams Prequalification Questionnaires. The three (3) Design-Build teams who receive the highest amount of points, with a minimum score of 324, based on the established rating system, will be considered the best qualified teams and designated as the only teams eligible to participate in the Request for Proposal (RFP) process. These Design-Build teams will be issued RFP documents and will be invited to submit a proposal to design and construct the Project. Additional information and details regarding proposal preparation, submittal and the University s evaluation and award process will be provided to the prequalified Design-Build teams in the RFP and at a mandatory pre-proposal conference. The three (3) prequalified proposers will submit proposals that will be evaluated based on a scoring system to be published in the RFP. The successful Design-Build team will be responsible for a subsequent design and construction phases including: completing construction documents and all work required to construct the project. Each member of the Design-Build team shall comply with the applicable laws and codes of the State of California. The Design- Builder shall hold all required licenses and be the financially responsible entity for bonding and insurance as a April 4, 2016 Advertisement for Prequalification (FDC Rev. 6-28-16) Revised March 1, 2017 Addendum 2 DB:ADBP 2

UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO. 5065/A4L-432/965010 mandatory prerequisite for qualification. PREQUALIFICATION SCHEDULE The prequalification documents are available at www.fdc.ucsd.edu. To view and download Prequalification Questionnaire click on CONTRACTING OPPORTUNITIES, WORK AVAILABLE FOR BID, and the PROJECT NAME. Scroll to the bottom of the page to Prequalification Documents and click to open each file. s will be received only at the following address: FACILITIES DESIGN & CONSTRUCTION UNIVERSITY OF CALIFORNIA, SAN DIEGO 10280 N. Torrey Pines Road, Ste. 465 s Department (MC 0916) La Jolla, CA 92037 Attention: Rhonda Mitchell, s Manager No prequalification documents will be accepted after 4:00 P.M., THURSDAY, MARCH 16, 2017. However, the University reserves the right to request, receive, and evaluate supplemental information after the above time and date at its sole determination. Successful Proposers will be notified of date and time of Level II Interview. Confidentiality of the information provided will be respected to the extent permitted by law. Response to the must be submitted on the forms contained within the. All information requested in these forms must be provided in order to be considered "responsive" to the requirements of the prequalification. The University contacts are Shannon Sigler, Project Manager, 858.534.1975 or Rhonda Mitchell, s Manager, Facilities Design & Construction, 858.822.3126. A third mandatory Prequalification Conference will be conducted on Thursday, March 9, 2017, at 11:00 A.M. at Facilities Design and Construction, 10280 N. Torrey Pines Rd., Ste. 466, Large Conference Room, La Jolla, CA 92037. Campus maps can be found at http://maps.ucsd.edu. Attendance at the Prequalification Conference is mandatory for Proposers attempting to become prequalified to bid on this specific project. If your firm has attended the previous meetings on December 14, 2016 or February 15, 2017, you are not required to attend the third meeting. Metered parking spaces are available (for up to 2 hours) in the service yard/shuttle stop parking lot and underground parking area of Torrey Pines Center South. Please allow ample time to secure parking. Proposers must be present for the entire conference. PROPOSAL SCHEDULE Following is the anticipated proposal schedule: April 4, 2016 Advertisement for Prequalification (FDC Rev. 6-28-16) Revised March 1, 2017 Addendum 2 DB:ADBP 3

UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO. 5065/A4L-432/965010 1. Proposal Documents available to the prequalified Proposers March 28, 2017. 2. Proposals received April 25, 2017. 3. Proposal evaluation and the apparent low proposal determination May 8, 2017. The exact dates, times, and location of the RFP documents will be set forth in an Announcement to Prequalified Proposers (advertisement). The University reserves the right to reject any or all responses to s and any or all proposals and to waive non-material irregularities in any response or proposal received. Proposal security in the amount of 10% of the lump sum price proposal, excluding alternates, shall accompany each proposal. The surety issuing the Bid Bond shall be, on the proposal deadline, listed in the latest published State of California, Department of Insurance, list of Insurers Admitted to Transact Surety Insurance in this State. All insurance policies required to be obtained by Proposer shall be subject to approval by University for form and substance. 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 have equivalent ratings by Standard and Poor's or Moody's. The Certificate of Insurance shall be issued on the University s form. Prospective Proposers desiring to be prequalified are informed that they will be subject to and must fully comply with all of the proposal conditions including 100% payment and 100% performance bonds. 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. Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the University within the limits imposed by law or University policy. Each Proposer may be required to show evidence of its equal employment opportunity policy. The successful Proposer and its subcontractors will be required to follow the nondiscrimination requirements set forth in the Proposal Documents and to pay prevailing wage at the location of the work. The work described in the contract is a public work subject to section 1771 of the California Labor Code. ALL CONTRACTORS AND SUBCONTRACTORS MUST BE REGISTERED WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) AT THE TIME THE PROPOSALS ARE SUBMITTED. Go to http://www.dir.ca.gov/public-works/publicworks.html for more information and to register. ors and subcontractors must use the DIR s upgraded electronic certified payroll reporting (ecpr) system to furnish certified payroll records (CPRs) to the Labor Commissioner. ors and subcontractors who have been submitting PDF copies of their CPRs for earlier projects must also begin using the new system. April 4, 2016 Advertisement for Prequalification (FDC Rev. 6-28-16) Revised March 1, 2017 Addendum 2 DB:ADBP 4

UCSD MEDICAL CENTER - HILLCREST UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NO. 5065/A4L-432/965010 No contractor or subcontractor, regardless of tier, may be listed on a Proposal for, or engage in the performance of, any portion of this project, unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 and 1771.1. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The successful Prequalified Proposer shall pay all persons providing construction services and/or any labor on site, including any University location, no less than the UC Fair Wage (defined as $13 per hour as of 10/1/15, $14 per hour as of 10/1/16, and $15 per hour as of 10/1/17) and shall comply with all applicable federal, state and local working condition requirements. THE REGENTS OF THE UNIVERSITY OF CALIFORNIA University of California, San Diego December 2016 April 4, 2016 Advertisement for Prequalification (FDC Rev. 6-28-16) Revised March 1, 2017 Addendum 2 DB:ADBP 5

DESIGN-BUILDER PREQUALIFICATION QUESTIONNAIRE Hillcrest Exterior Signage Update UCSD Medical Center - Hillcrest 5065/A4L-432/965010 DESIGN-BUILD DELIVERY PREQUALIFICATION DOCUMENTS AVAILABLE: Thursday, December 8, 2016 MANDATORY PREQUALIFICATION CONFERENCE: Wednesday, December 14, 2016 @ 10:00 A.M. THIRD MANDATORY PREQUALIFICATION CONFERENCE: Thursday, March 9, 2017 @ 11:00 A.M. SUBMITTAL DUE DATE: Thursday, March 16, 2017 @ 4:00 P.M. University of California, San Diego Facilities Design & Construction 10280 N. Torrey Pines Rd. Ste. 465 La Jolla, CA 92037 Rhonda Mitchell UCSD FD&C s Manager (858) 822-3126 rcmitchell@ucsd.edu Issue Date: 12-7-16 Revised March 1, 2017 Addendum 2

(Where a time period is given, such as the last ten [10] years, the period is to be measured backwards from the date this prequalification questionnaire is required to be submitted to the University of California at San Diego.) Note: Submission of an incomplete and/or unclear may result in the determination of the prospective or as NON-PREQUALIFIED. SUBMITTED BY: (Name and Title) Printed or Typed (Signature) (Firm Name. If a Joint Venture, state name if JV Entity) (Contact Name for all notices and correspondence) (Address) (City, State, Zip Code) (Telephone Number) (Facsimile Number) (E-mail Address) Each prospective Proposer must have the following California or s License, License Code: General Building or, B, current, active and in good standing with the California or s State License Board on the date and time of the submittal is due and must submit this Prequalification Questionnaire with all portions completed, including required attachments. Page 1 of 46

Each prospective Proposer must answer all of the following questions and provide all requested information, where applicable. Any prospective Proposer failing to do so may be deemed to be not responsive and not responsible with respect to this prequalification at the sole discretion of the University of California. All information submitted for prequalification evaluation will be considered official information acquired in confidence, and the University of California will maintain its confidentiality to the extent permitted by law. Any prospective Proposer found to be not prequalified as a result of the Proposer's answers to this will receive written response from the University Facility explaining the Facility's decision. If the Proposer can refute some of the facts upon which the decision was based, the Proposer can request a hearing at the Facility to appeal the decision. The appeal shall state the basis of the appeal and must be submitted in writing within three (3) working days of receipt of notification and must request a hearing or a written response from University. The decision of the Facility is final and not appealable within the University of California. The Design Build contract will require the successful Proposer to provide both design and construction services. The entity that provides these services is the Proposer, but the actual structure of the entity is up to each Proposer. The Proposer may, as an example, be a construction company with a design firm as a subcontractor or it may be a joint venture between a construction company and a design firm. In such cases, each member of the Proposer shall submit project experience as required below and such design firms shall comply with the laws of the State of California, applicable to such firms. However, all information required herein shall be submitted within the following parameters: 1. The Proposer shall hold all required licenses. 2. The Proposer shall be the financially responsible entity for bonding and insurance. 3. The University strongly discourages Proposers from establishing exclusive arrangements with subcontractors or with subconsultants at this time. Only the names of the Architect(s) and or(s) are to be provided in response to this Request for Prequalification. Page 2 of 46

TABLE OF CONTENTS I. GENERAL... 5 A. Objective... 5 B. Project Description... 5 C. Project Timing... 5 D. Prequalification Process... 5 1. Questionnaire... 6 2. Mandatory Prequalification Conference... 6 3. Submittal Procedures and Deadline... 6 4. Rating and Evaluation Procedures... 8 5. Scoring of Components... 9 6. Proposal... 12 7. Tentative Proposal Schedule (RFP)... 12 E. Joint Ventures... 13 II. PREQUALIFICATION QUESTIONNAIRE (PART 1)... 14 A. Company Name and Address... 14 B. Contact Information... 14 C. Entity Submitting this... 14 D. Type of Business Organization... 14 E. Year Company was Established... 15 F. Parent Company Information (if applicable)... 15 G. List All Former Company Names... 15 H. License... 16 I. Design Firm (Architect)... 17 J. Labor Code Violations... 17 K. Unsettled Warranties or Claims... 18 III. PREQUALIFICATION QUESTIONNAIRE (PART 2)... 19 A. Surety... 19 B. Financial Capability... 20 C. Financial Data... 20 D. Insurance... 22 E. Experience Modification Rate... 23 IV. DESIGN-BUILD TEAM EXPERIENCE... 24 A. Completed Construction Project Experience... 25 Page Page 3 of 46

1. or's Comparable Projects... 25 2. Design Firm's Comparable Projects... 27 B. Supplemental Company Information (or Only)... 31 1. Safety Program... 31 2. Quality Control Processes... 31 V. KEY PERSONNEL... 32 VI. CLAIMS HISTORY... 38 VII. REQUIRED COMPLETED ATTACHMENTS... 41 VIII.DECLARATION... 41 Page 4 of 46

I. GENERAL A. OBJECTIVE The University's primary objective is to utilize the Design-Build approach and bring the best available integrated design and construction experience to this project. The Design-Build delivery process requires the prequalification of a responsible contractor possessing a Class B California General Building or s License and a responsible architectural firm working together as a Design-Build (DB) team. B. PROJECT DESCRIPTION In an effort to unify the healthcare branding across all facilities, UC San Diego Health hired BrandActive as a branding/way finding consultant to evaluate the Hillcrest Medical Center Campus and propose updates to the existing building and site signage. BrandActive has completed their assessment resulting in a recommendation document that the Health System has adopted. This project will take those recommendations and produce construction documents utilizing the necessary consultants, get regulatory approval (i.e. OSHPD, etc.), and install the updated signage. C. PROJECT TIMING The Project will proceed in phases: Phase 1: CONSTRUCTION DOCUMENTS Phase 2: CONSTRUCTION The Project will commence with a Notice to Proceed (NTP) for Phase 1 upon selection and award of the. The anticipated Time is six (6) months from the NTP of Phase 1 to project completion. The Time will include completion of the (Phase 1) Construction Documents and (Phase 2) Construction. D. PREQUALIFICATION PROCESS The Design-Build delivery process requires the prequalification of a responsible contractor and design firm working together as a Design-Build team. The University will review the Design-Build teams Prequalification Questionnaires and the top three (3) scoring Design Build Teams receiving the highest amount of points, scoring of at least 324 points, after the review of the s, based on the established rating system, will be considered the best qualified. The successful Design-Build team will be responsible for completing construction documents, and related work required to construct the project. Each member of the Design-Build team shall comply with the applicable laws and codes of the State of California. The Design-Builder shall hold all required licenses and be the financially responsible entity for bonding and insurance as a mandatory prerequisite for qualification. The purpose of the is to provide the University with sufficient information to determine if a Design-Build team is both experienced and responsible. Page 5 of 46

1. Questionnaire Provide all requested information, as applicable, on the questionnaire. Any prospective Design-Build team failing to do so may be deemed non-responsive with respect to the prequalification process for this project. 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. Availability of s: Thursday, December 8, 2016 s will be available for interested Design-Build teams at: www.fdc.ucsd.edu. Click on CONTRACTING OPPORTUNITIES, WORK AVAILABLE FOR BID, and the PROJECT NAME. Scroll to the bottom of the page to Prequalification Documents and click to open each file. 2. Mandatory Prequalification Conference Design-Build teams interested in prequalifying to propose on this project are required to attend the Third Mandatory Prequalification Conference on Thursday, March 9, 2017, beginning promptly at 11:00 A.M. IF YOUR FIRM HAS ATTENDED THE PREVIOUS MEETINGS ON DECEMBER 14, 2016 OR FEBRUARY 15, 2017, YOU ARE NOT REQUIRED TO ATTEND THE THIRD MEETING. ANY DESIGN-BUILD TEAM FAILING TO HAVE A REPRESENTATIVE SIGN IN ON THE OFFICIAL ATTENDANCE SHEET AT THE PREQUALIFICATION CONFERENCE WILL NOT BE ELIGIBLE TO PARTICIPATE IN THE PREQUALIFICATION PROCESS. LATE ARRIVALS MAY BE DISQUALIFIED FROM PARTICIPATING. Prospective Design-Build team representatives must participate in the prequalification conference in its entirety. Attendees are urged to arrive approximately 20 minutes prior to the meeting to allow time to secure parking. Limited metered parking spaces are available (for up to 2 hours) in the service yard/shuttle stop parking lot and underground parking area of Torrey Pines Center South. Parking permits are also available at the Information Booth on North Point Drive. 3. Submittal Procedures and Deadline Participants shall meet at: Facilities Design and Construction 10280 N. Torrey Pines Rd. Suite 466, Large Conference Room La Jolla, CA 92037 Design-Build teams interested in prequalifying to propose on this project must submit a completed. The University is not responsible for any costs that Design-Build teams may incur to complete the prequalification process. All applicable portions of the attached forms or requested (separate) narratives shall be completed with attachments if the space provided on the questionnaire is not sufficient. QUESTIONNAIRES FAILING TO CLEARLY PRESENT ALL OF THE REQUESTED INFORMATION, OR THAT ARE NOT IN THE FORMAT REQUESTED MAY BE CONSIDERED NON-RESPONSIVE AND REJECTED ON THAT BASIS. Each copy of the submittal must be complete and fully responsive to the requirements of the. Last day to ask questions to clarify submittal requirements: 4:00 P.M. Monday, March 13, 2017. Address all questions to: Rhonda Mitchell, s Manager Tel.: (858) 822-3126; Email: rcmitchell@ucsd.edu Page 6 of 46

s must be received at: Hand Delivery or Overnight Express Carrier: Rhonda Mitchell, s Manager University of California, San Diego Facilities Design & Construction 10280 North Torrey Pines Road, Suite 465 La Jolla, CA 92037 US Mail: Rhonda Mitchell, s Manager University of California, San Diego Facilities Design & Construction 9500 Gilman Drive 0916 La Jolla, CA 92093-0916 Provide one (1) original, four (4) copies, and one (1) flash drive of completed Prequalification Questionnaire. Submittals must be received at the above address no later than 4:00 P.M., THURSDAY, MARCH 16, 2017. s must be submitted in 3-ring binders with tabs indicating all appropriate sections. Attachments/narratives/statements must be placed behind the appropriate tabs. The front of the binders must indicate the Design-Build team s name and address using the following format: PREQUALIFICATION QUESTIONNAIRE Company Name and Address: Project No.: Project Name: Due Date and Time: Design-Build teams shall assume full responsibility for timely delivery at the location designated for receipt of s. ORAL, TELEPHONIC, FACSIMILE, TELEGRAPHIC, OR E-MAILED PREQUALIFICATION QUESTIONNAIRES ARE INVALID AND WILL NOT BE ACCEPTED. NO PREQUALIFICATION DOCUMENTS WILL BE ACCEPTED AFTER THE DUE DATE AND TIME. SUPPLEMENTAL DATA OR ADDITIONAL PROJECT INFORMATION WILL NOT BE ACCEPTED AFTER THE DUE DATE AND TIME UNLESS SPECIFICALLY REQUESTED BY THE UNIVERSITY. Page 7 of 46

4. Rating and Evaluation Procedures A. To be considered for prequalification, a prospective Design-Build team must meet the following requirements: 1. CALIFORNIA CONTRACTORS LICENSE: Hold the proper license(s) in good standing, current, and active. 2. SURETY AND BONDING CAPACITY: Submit a notarized statement from the proposed surety(ies) that states: a. or s current available bonding capacity meets or exceeds the minimum capacity described in the Questionnaire. (Must meet or exceed $1,000,000.) b. or s total bonding capacity. c. Surety(ies) proposed to be used on the project is an admitted surety insurer as defined in the California Code of Civil Procedure Section 995.120. d. Surety (ies) acknowledges its intent to provide bonding of the Project in the event or is awarded the Project. 3. FINANCIAL DATA: a. Have an average annual revenue for the past five (5) years equal to or greater than $6,000,000. b. or should have a financial ratio of at least 1.0 for assets to liabilities (cash, accounts receivable net of allowance for uncollectible receivables) / (accounts payable, current portion of long term debt) c. or should have a debt to net worth ratio (long term debt) / (net worth) of less than 35%. d. THE UNIVERSITY WILL DEEM CONTRACTORS WITH POOR FINANCIAL STANDING NOT QUALIFIED. 4. INSURANCE: Submit a written declaration from its insurance agent/broker/carrier stating that the or is able to obtain insurance that meets or exceeds the limits and ratings required for this project. Submit a copy of or s insurance certificate. 5. DESIGN-BUILD TEAM EXPERIENCE: Have sufficient project experience for the Design- Build team as referenced in the Questionnaire. The projects submitted will receive points based on the extent to which they meet the listed criteria. 6. KEY PERSONNEL: Demonstrate adequate experience for Design-Build team Key Personnel as referenced in Item V (information submitted will receive points based on experience). 7. DECLARATION: Certify that all requested information is current, accurate, and complete. B. To be considered for prequalification, a prospective Design-Build team, including any proposed joint venture partners, must not have: 1. EXPERIENCE MODIFIER RATE: An Experience Modifier Rate (EMR: Workers Comp) injury rating above 1.15 for the past five (5) years. 2. SURETY: A surety required to complete work on any contract within the past ten (10) years. 3. CONTRACTOR LICENSE BOARD DISCIPLINARY PROCEEDINGS: A ors State License Board disciplinary action in the past ten (10) years. 4. LABOR CODE VIOLATIONS: Willful Labor Code violations including, but not limited to, repeated or willful violations of applicable laws and/or regulations pertaining to the payment of prevailing wages or employment of apprentices during the past ten (10) years. 5. CLAIMS HISTORY: Unfavorable claims history or claims for projects of the University of California system. 6. UNSETTLED WARRANTIES OR CLAIMS: Pending or unsettled warranties. After review of the, the University may request clarifying information. The Questionnaire must be complete and address all the stated requirements. Responses such as Page 8 of 46

N/A are not acceptable. If not applicable, state Not Applicable and explain why. If none, state NONE. Do not leave any spaces blank. Design-Build teams selected for interviews will be notified in writing, and will specify the date, time, and location of their interviews and outline the interview process. The University reserves the right to reopen the Design-Build team Prequalification process if the University determines that there are insufficient prequalified Design-Build teams to support the Proposal process. 5. Scoring of Components Scoring of Design-Build teams will be determined by the application of an established rating system based on the following information: A. Licenses and Certifications prerequisite (Pass/Fail) 1. All firms shall be licensed and registered to perform design and construction services in the State of California. Copies of appropriate documents are to be included with the RFQ submittal. B. Surety/Financial/Insurance prerequisite (Pass/Fail) 1. All firms shall indicate their form of business, (e.g., corporation, partnership, joint venture, or sole proprietor). The Design-Build team member firms shall provide a copy of their last financial statements and quarterly updates if requested by the University. 2. All teams shall provide the evidence of their bonding capacity for the amount of $1,000,000. This evidence shall be in the form of a letter from a licensed bonding company or from an agent normally representing the firm. 3. All firms will prove ability to provide Professional Liability Insurance in the amount of $1,000,000 each occurrence and $2,000,000 aggregate. All firms will prove ability to provide certificates of general liability insurance on the Owner s form in the minimum amounts of $1,000,000 per occurrence and $2,000,000 in the Aggregate, and $1,000,000 business automobile liability. 4. All firms shall disclose their arbitration and litigation claims history. Claims that are unresolved but still pending are not required to be submitted. If the Design-Builder is not a public company, all financial information shall be held in confidence and shall be examined only by the officials responsible for its evaluation. C. Design-Build Team Project Experience (50 points possible) The Architect and or of the proposed Design-Build team shall each have ideally completed a minimum of three (3) and a maximum of six (6) projects with comparable signage scope, in the last ten (10) years which have the following qualifications: Work completed in an operational healthcare setting Site involved exterior high-rise elements Site involved limited access (both physical and time) Project involved OSHPD review, approval, and construction Design-Build contract delivery Page 9 of 46

Project included underground utilities Project included exterior site signage D. Qualifications of Key Personnel (45 points possible) 1. Key personnel members and their role for this project shall be identified in the RFQ. A onepage résumé describing relevant education, project experience, and professional certifications of each team member shall be attached. 2. Provide a description of key personnel s role in this project. 3. After the RFQ phase, the selected Design-Build teams may not make any significant changes in the composition of the team member firms, personnel assignments, and individuals roles and responsibilities without the University s written approval. E. Knowledge of Design Build Process (50 points possible) 1. The Design-Build teams shall demonstrate their experience with the Design-Build delivery method including familiarity with the process, risks, responsibilities, and types of participants on both the owner s and Design-Build teams. 2. The evidence shall include a portfolio of the Design-Build teams projects that utilized the Design-Build delivery method. These projects can be of a different building type. Design-Build team shall each submit a minimum of three (3) and a maximum of six (6) projects indicating design team members, building type, size, cost, date complete, and contact references. F. Organization and Management Plan (45 points possible) 1. The Design-Build teams shall demonstrate the team s organizational and management capacity to deliver the project within schedule, quality level and budget specified in this RFQ. 2. Each team shall provide an organizational chart to describe how the Design-Builder intends to manage this project, including internal, subconsultants (design team members and consultants), and owner lines of communication and responsibilities. 3. The organizational chart submitted should have placeholders for subconsultants/ subcontractors at this time. G. Familiarity with the Local Construction Market and Small, Underutilized Business Development Plan (25 points possible) 1. The Design-Build teams shall demonstrate their level of familiarity with the San Diego, California construction market based on their past project experience in this area. Page 10 of 46

2. Describe how small, local business participation will be maximized on this project, including outreach to SBE, DBE, WBE, and/or DVBE firms. H. Written and Graphic Methodology for High-Rise Signage Replacement (100 points possible) The Design-Build team shall describe their methodology (written and graphic) for the removal and replacement of the signage located at the top floor of the patient tower. The methodology should include a timeline that addresses the working constraints (physical and radio frequency exposure) and minimizes construction impacts to the operational facility. Methodology should also address the repair and/or upgrade of existing surfaces after the existing signage is removed. I. Quality Control Design and Construction (45 points possible) The Design-Build team shall demonstrate the team s process for providing internal quality control (QC) and coordination of the design document evolution and construction administration to insure coordination between disciplines and subcontractors. Show how the University review comments are tracked and incorporated into the construction documents. Show how the design team will adhere to the project guideline specifications. Illustrate how the processing of submittals and deferred approvals (shop drawings and material data) will flow. Demonstrate how installation QC, testing, and project closeout will occur. Each RFQ shall follow the order of the selection criteria above. Although there is no page count restriction, teams are asked to prepare as efficiently as possible so as to minimize number of pages, using doublesided printing where appropriate. The scoring system shown will be used in evaluating the RFQs. Highest Score Possible Selection Category Associated RFQ Form Prerequisite License / Surety / Financial / Insurance 50 Design-Build Team Project Experience 45 Qualifications of Key Personnel 50 Knowledge of Design-Build Process 45 Organization and Management Plan Familiarity with the Local Construction Market 25 and Small, Underutilized Business Dev. Plan Written and Graphic Methodology for High- 100 Rise Signage Replacement 45 Quality Control Design and Construction 360 TOTAL POINTS Page 11 of 46

6. Proposal Up to three (3) of the top scoring Design-Build teams meeting the prequalification requirements and awarded the highest number of points by the evaluation committee, based on the established rating system, will be invited to participate in the Request for Proposals process. Proposers who receive fewer than 324 points will be excluded from further consideration in the prequalification process. Design-Build teams will be notified of their prequalification status after evaluation of the s. Prospective Design-Build teams that do not prequalify as a result of their response to the Questionnaire will receive written notice from the University and may request an informal debriefing. The University reserves the right to reject any or all responses to s and any or all proposals and to waive any non-material irregularities in any response or proposal received. Based on the questionnaire scores, the top three (3) highest scoring teams with a minimum score of 324 will be considered the best qualified teams and designated as the only teams eligible to participate in the Request for Proposal process.design-build teams that successfully prequalify will be invited to submit a proposal to design and construct the project. Additional information and details regarding proposal preparation, submittal and the University s evaluation and award process will be provided to the prequalified Design-Build teams in the RFP and mandatory pre-proposal conference. PROPOSERS SHALL AVOID A CONFLICT OF INTEREST. Any consultant hired with the primary role of developing the program plan or project proposal documents on behalf of the University shall be precluded from participating as a member of the Design-Build team. 7. Tentative Proposal Schedule (RFP) Following is the anticipated proposal schedule: 1. Proposal Documents available to the prequalified proposers March 28, 2017 2. Proposals received April 25, 2017 3. Proposals evaluated and the lowest cost per point determined May 8, 2017 The exact dates, times and location will be set forth in an Announcement to Prequalified Proposers. Page 12 of 46

E. Joint Ventures If two (2) entities intend to form a Joint Venture for the purpose of executing the work on the Project, they must state their intentions on the Form. Each entity of the proposed Joint Venture must submit a separate and independent set of the Prequalification Questionnaire forms. To be considered, each entity must meet all the requirements in Paragraph 4, Rating and Evaluation Procedures. Item 4.A.2, Surety, shall be submitted on one of the two applicants forms completely documenting the stated requirements by a qualified Surety. Requests of Design- Builder Joint Ventures to prequalify for this project will not be considered after close of acceptance of prequalification questionnaires unless the University decides that it is in its best interest to reopen the prequalification process in a manner stated in the prequalification questionnaire. Page 13 of 46

II. CONTRACTOR PREQUALIFICATION QUESTIONNAIRE PART 1 (Pass/Fail No Points Awarded) All information requested must be furnished on the forms provided below and must be completed in order to prequalify. A. COMPANY NAME AND ADDRESS Company Name: Telephone Facsimile Street Address:,, Street Address City & State Zip Code B. CONTACT INFORMATION Contact Person #1: Contact Person #2: Name, Title Telephone Email Name, Title Telephone Email C. ENTITY SUBMITTING THIS PREQUALIFICATION QUESTIONNAIRE Parent Company: Subsidiary: Other: Branch Office: Division: (Please list) D. TYPE OF BUSINESS ORGANIZATION Corporation: Partnership: Sole Proprietorship: State of Incorporation: Joint Venture: Other: (Please list) Total number of employees on payroll in the corporation: Total number of employees on payroll in the local office submitting this prequalification: Principal Office (if different from above): Street Address President s Name: Vice President s Name: Secretary s Name: City, State & Zip Code Page 14 of 46

Treasurer s Name: If a partnership, provide the following information: Date of Organization: General: Association Name and complete legal address of each general partner: (Partner s Name) (Partner s Name) (Legal Address) (Legal Address) If a Joint Venture, provide the above information for the financially responsible party. (If more space is needed, provide the information on your company s letterhead with reference to the project name and number, and attach it to this Questionnaire.) E. YEAR COMPANY WAS ESTABLISHED Year established: F. PARENT COMPANY INFORMATION (if applicable) Company Name: Telephone Facsimile Street Address:,, Street Address City & State Zip Code Contact Person: G. LIST ALL FORMER COMPANY NAMES Name, Title Telephone Page 15 of 46

H. LICENSE (ALL LICENSES LISTED MUST BE CURRENT, ACTIVE, AND IN GOOD STANDING.) or must have a current and active California State ors license in good standing with a B General Building or Classification for this Project. For Joint Venture applications by two or more licensees, the Joint Venture entities must submit a written commitment to obtain the proper California joint venture license by the submittal deadline, and at least one entity of the joint venture must have a proper license in good standing that is current and active upon submission of the or/design-builder Prequalification Questionnaire. The letter of commitment must include: 1. Name, address, and phone number of the Joint Venture as it will appear on the records of the ors State License Board 2. Name, address, and telephone number of each entity comprising the Joint Venture as it appears on the records of the ors State License Board 3. Name of the Responsible Managing Officer of the Joint Venture 4. Organizational chart of the Joint Venture 5. Signatures of the Responsible Managing Officers for each entity comprising the Joint Venture NOTE: The entity submitting this must be the holder of the requisite license. ALL LICENSES MUST BE MAINTAINED IN GOOD STANDING, CURRENT AND ACTIVE THROUGHOUT THE PROJECT. Does your firm have the required California State ors license? Yes No (Name of Licensee as it appears on record with the California ors State License Board) License No. Issue Date: Expiration Date: License Class/Classes: Description of Classification(s): For Joint Venture: List Joint Venture entity s license information above as the Design-Builder and the license information for the proposed Joint Venture license in the space below: (Name of Licensee as it appears on record with the California ors State License Board) License No. Issue Date: Expiration Date: License Class/Classes: Description of Classification(s): Has the above contractor license(s) been suspended or revoked by the California ors State License Board within the past ten years? If yes, please explain: Yes No Page 16 of 44

I. DESIGN FIRM (EXECUTIVE ARCHITECT) TO BE USED ON THIS PROJECT Firm Name: Telephone Facsimile Street Address:,, Street Address City & State Zip Code Contact Person: Name, Title Telephone Provide the name of the Architect of Record to be used on the Project: Name, Title Current License Number J. LABOR CODE VIOLATIONS Has your company, during the past ten years, received a determination by a court or an administrative agency of any Labor Code violations including, but not limited to laws and/or regulations pertaining to the payment of prevailing wages or employment of apprentices on public works projects? Yes No Determinations by a court or an administrative agency of a violation of laws and/or regulations pertaining to the payment of prevailing wages or employment of apprentices on public works projects due to the mistake, inadvertence or neglect of your organization may be grounds for disqualification if there are three or more such determinations during the past ten years. If yes, give details including dates: Page 17 of 44

K. UNSETTLED WARRANTIES OR CLAIMS Provide the following information if or has unsettled/pending claims, demands or notices of default issued by any project Owner: Owner Name: Facility s Contact Person: Project Name: Project Number: Recorded Date of Claim/Notice: Type of Warranty: Basis of Claim: Status of Unsettled Warranty: (If more space is needed, provide the information on your company s letterhead with reference to the project name and number and attach it to this Questionnaire. If additional projects need to be included, copy the table above to include the appropriate information.) If the or or Joint Venture partner does not have any unsettled/pending claims, demands or notices of default, please indicate None in the space provided: [THIS SPACE LEFT INTENTIONALLY BLANK] Page 18 of 46

III. PREQUALIFICATION QUESTIONNAIRE PART 2: CONTRACTOR S SURETY / FINANCIAL / INSURANCE (Pass/Fail No Points Awarded) A. SURETY List below all Surety companies used by your company within the past ten years and state whether the Surety had to complete any part of your work including, but not limited to warranty-related repairs or other defective workmanship on any contract within the past ten years: Surety Company #1: Surety s Name Telephone Street Address:,, Street Address City & State Zip Code Period Covered Has listed Surety Company #1 completed work for your Company within the past ten years? Yes No Surety Company #2: Surety s Name Telephone Street Address:,, Street Address City & State Zip Code Period Covered Has listed Surety Company #2 completed work for your Company within the past ten years? Yes No Surety Company #3: Surety s Name Telephone Street Address:,, Street Address City & State Zip Code Period Covered Has listed Surety Company #3 completed work for your Company within the past ten years? Yes No Surety Company #4: Surety s Name Telephone Street Address:,, Street Address City & State Zip Code Period Covered Has listed Surety Company #4 completed work for your Company within the past ten years? Yes No (If more space is needed, provide the information on your company s letterhead with reference to the project name and number and attach it to this Questionnaire.) Page 19 of 44

B. FINANCIAL CAPABILITY Attach a notarized statement from the surety(ies) that states: (i) evidence of bonding capacity for the amount of $1,000,000; (ii) total bonding capacity; (iii) Surety(ies) proposed to be used on the project is an admitted surety insurer as defined in the California Code of Civil Procedure Section 995.120; and (iv) Surety(ies) acknowledges its intent to provide bonding of the Project in the event or is awarded the Project. C. FINANCIAL DATA For the purposes of this prequalification questionnaire, business construction revenue shall be defined as payments to prospective or for construction services as a General or. 1. Can you truthfully state that your firm has had an average annual business construction revenue of at least $6,000,000 (excluding any and all legal awards) over the last five (5) consecutive years? YES NO 2. If the entity submitting this prequalification questionnaire is a Joint Venture, can the Joint Venture entity truthfully state that each member of the Joint Venture has had an average annual business construction revenue of at least $6,000,000 (excluding any and all legal awards) over the last five (5) consecutive years? YES NO N/A 3. What is your total available bonding capacity? $ 4. Is your company s financial ratio at least 1.0 for assets to liabilities (cash, accounts receivable net of allowance for uncollectible receivables) / (accounts payable, current portion of long term debt)? YES NO If answer is NO, what is your company s current financial ratio for assets to liabilities? 5. Does your company have a debt to net worth ratio (long term debt) / (net worth) of less than 35%? YES NO If answer is NO, what is your company s current debt to net worth ratio? Page 20 of 46

6. Can you provide audited financial statements for the last ten (10) years? YES NO If answer is NO, what type of statements will you provide? DO NOT INCLUDE FINANCIAL STATEMENTS WITH THIS PREQUALIFICATION QUESTIONNAIRE. THE UNIVERSITY RESERVES THE RIGHT TO REQUEST AUDITED FINANCIAL STATEMENTS AT A LATER DATE. 7. List average yearly volume of work for each of the past five (5) years. Revenue and amount of reinvestment income. YEAR REVENUE/VOLUME REINVESTED INCOME Page 21 of 46

THE FOLLOWING DECLARATION MUST BE SIGNED BY CHIEF FINANCIAL OFFICER OR EQUIVALENT: I,, hereby declare that I am the (Printed Name) (Title) of (Name of Company) and that all of the information submitted under Financial Data above is true, accurate, and complete as of its submission date. (Date) (Signature) Page 22 of 46

D. INSURANCE The or wishing to prequalify hereunder is required to submit a copy of or s certificate of insurance evidencing that it shall furnish and maintain Commercial Form of General Liability, Excess Liability (if applicable), or s Professional Liability, Business Automobile Liability, and Workers Compensation insurance in the amounts below. The insurance required for Commercial Form General Liability, Excess Liability, or s Professional Liability, and Business Automobile Liability insurance shall be issued by companies with a Best rating of A- or better, and a financial classification of VIII or better (or an equivalent rating by Standard & Poor or Moody s) written for not less than the following: Minimum COMMERCIAL FORM GENERAL LIABILITY INSURANCE Limits of Liability Requirements 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: $2,000,000 Minimum PROFESSIONAL (ERRORS AND OMISSIONS) LIABILITY Limits of Liability Requirement or s Professional Liability (Each Occurrence) $1,000,000 or s Professional Liability (Each Aggregate) $2,000,000 Minimum BUSINESS AUTOMOBILE LIABILITY INSURANCE Limits of Liability Requirement Each Accident - Combined Single Limit for Bodily Injury and Property Damage: $1,000,000 WORKERS COMPENSATION As required by Federal and State of California law EMPLOYER S LIABILITY Limits of Liability Minimum Requirement Each Employee: $1,000,000 Each Accident: $1,000,000 Policy Limit: $1,000,000 Minimum EXCESS/UMBRELLA Limits of Liability Requirement Each Occurrence: Aggregate: N/A N/A Insurance required for Workers Compensation and Employer s Liability Insurance shall be issued by companies that have a (i) 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 the University. Such insurance shall be written to be not less than the amount required by Federal and State of California law. Page 23 of 46