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

Similar documents
LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

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

UNIVERSITY OF CALIFORNIA, SAN DIEGO

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

UNIVERSITY OF CALIFORNIA, SAN DIEGO

Bidding Conditions Attachment C

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

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

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

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

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

ADVERTISEMENT FOR BIDS (AFTER PREQUALIFICATION)

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

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

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

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

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

UNIVERSITY OF CALIFORNIA, LOS ANGELES REQUEST FOR PREQUALIFICATION

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

January 22, Table of Contents

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

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

Amity School District 4J

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY

UCLA LUSKIN CONFERENCE AND GUEST CENTER Project

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

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

Albany Unified School District Contractor Prequalification

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016

Construction & Engineering 1845 East Russell Road Suite 300 Las Vegas, NV 89119

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

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

INSTRUCTIONS TO BIDDERS

PREQUALIFICATION QUESTIONNAIRE

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

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 PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

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

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

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

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

NOTICE TO BIDDERS FOR

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

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

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

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES

Notice to Bidders Page 1 of 6

REQUEST FOR QUALIFICATIONS

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER

RFQ WEB Advertisement

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

Construction Family of Documents

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

NOTICE TO BIDDERS. Work done shall be in strict accordance with Plans and Specifications prepared by

REQUEST FOR QUALIFICATIONS

2060 FOLSOM APARTMENTS

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

Both envelopes must have the following information in the lower left hand corner:

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

ADVERTISEMENT FOR BIDS

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

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

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

The Home Depot U.S.A., Inc. Instructions to Bidders

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

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

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

Dates/Times: p.m. Pacific Time.

DOCUMENT POST BID INTERVIEW

Terminal D South Expansion - Construction Manager-At-Risk (CMAR)

REQUEST FOR QUALIFICATIONS

CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

Science Technology Engineering and Mathematics (STEM) Initiative

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders

ADDENDUM NO. 1. City of Fort Worth

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

Purchasing and Procurement Policy

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES

Transcription:

Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla, CA 92037 April 16, 2015

TABLE OF CONTENTS PAGES TABLE OF CONTENTS 1 PART I: ADVERTISEMENT FOR LEVEL I PREQUALIFICATION OF 2 CM/CONTRACTORS PART II: GENERAL 7 1. Project Background 2. Notice to Prospective CM/Contractors 3. Prequalification of Prospective Bidders 4. License 5. General Description of Work 6. Level I Prequalification Process 7. Evaluation of Level I Prequalification Submittals and Advancement to Level II of the Prequalification Process Level I Schedules 1 PART III: LEVEL I PREQUALIFICATION QUESTIONNAIRE 29 PASS/FAIL (CM/CONTRACTORS) Level I Prequalification Page 1 of 1 Table of Contents UCSD Rev.01/01/11

1. PROJECT BACKGROUND PART II - GENERAL The University seeks CM/Contractors with comparable previous experience. For the purposes of this Level I Prequalification Questionnaire, a comparable project is defined in Section 7, Paragraph 6. 2. NOTICE TO PROSPECTIVE CM/CONTRACTORS The University of California, San Diego, intends to award a Contract for pre-construction services with a University Option for Construction for the Computer Science and Engineering (CSE) Addition and Renovation project. The University desires to retain a contractor through competitively bidding the Project, to provide Pre- Construction Services during the Project construction document period and to act as a general contractor to construct the Project as the construction documents are completed. The Option Sum bid by the CM/Contractor shall represent all costs for CM/Contractor's Base Fee, General Conditions Work, and all other costs to construct the Project as a general contractor. The CM/Contractor, after authorization by the University, will competitively bid the various Bid Packages representing the Construction Work required to complete the Project. 3. PREQUALIFICATION OF PROSPECTIVE BIDDERS The University has determined that the CM/Contractors who submit bids to University on this Project must be prequalified. There will be a single pool of prequalified bidders who will be eligible to submit bids as described under the General Description of Work. 4. LICENSE Prequalified CM/Contractors will be required to have the following California Contractor s License: General Building Contractor B 5. GENERAL DESCRIPTION OF WORK The proposed project for the University of California, San Diego s Computer Science & Engineering Department is a combination of new and renovated instructional, meeting, and circulation spaces to the existing CSE building. The work associated with this project involves approximately 9,800 Overall Gross Square Feet (OGSF) of combined addition and renovation, of which 5,600 is Assignable Square Feet (ASF). The proposed ground level one-story addition will add approximately 4,200 OGSF of new space, primarily a multi-use space and conference rooms. A new staircase will connect the ground level to the basement level UCSD 10/14/03 Page 1 of 7 GENERAL INFORMATION FOR

where approximately 5,600 GSF of existing space will be renovated. The main entry and adjacent exterior patio area will also be improved. The design of the project is at the beginning of the Design Development phase. The successful CM/Contractor will be responsible for Construction Management services during the preconstruction phase. The CM/Contractor will provide pre-construction services including construction cost analysis, availability of various materials and labor, construction feasibility of various building materials, systems and equipment, construction document review and coordination, developing the scope of bid packages, constructability review and development of the construction schedule including a recommended schedule of purchase of long lead items. The CM/Contractor will develop the bid packages for subcontractors/suppliers/vendors/etc., prequalify and review subcontractor bids, procure subcontracts for the work by use of competitive bidding procedures which comply with all governmental and Regental requirements and, contract directly for all of the bid work. The University will have no direct relationship with subcontractors. Additional project information will be provided in the Level II Prequalification Documents, including instructions to bidders, contracts, general and supplemental conditions, outline specifications, soils reports, and related project information as available. Portions of this information are subject to University review and not available until release of the Level II Prequalification Document. Estimated Construction Cost: $4,600,000.00 6. LEVEL I PREQUALIFICATION PROCESS On April 16, 2015 after 1:00 P.M., Level I Prequalification Questionnaires will be available to CM/Contractors wishing to be prequalified to bid on this project at: www.fdc.ucsd.edu. Select Projects and Work Available for Bid and click on this project. Scroll to the bottom of the page to access and open the Prequalification Documents. Level I Prequalification Questionnaires (hard copies only) will be received only at the following address: FACILITIES DESIGN & CONSTRUCTION Contracts Department, 10280 North Torrey Pines Road Suite 465, La Jolla, CA 92037-0916 Telephone: (858) 534-3887 www.fdc.ucsd.edu A mandatory Level I Prequalification Conference will be conducted on THURSDAY, APRIL 23 at 9:00 A.M., at Facilities Design and Construction, 10280 N. Torrey Pines Rd., Suite 466, La Jolla, CA 92037. Campus maps can be found at http://maps.ucsd.edu. UCSD 10/14/03 Page 2 of 7 GENERAL INFORMATION FOR

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. A representative from participating CM/Contractors must be present for the entire mandatory Level I Prequalification Conference. Prospective bidders shall submit six (6) printed sets and one (1) flash drive with complete submittal of the completed Prequalification Questionnaire and required attachments at the above location. No Level I Prequalification Questionnaires will be accepted after 4:00 P.M., THURSDAY, APRIL 30, 2015_. However, the University reserves the right to request, receive and evaluate supplemental information after the above time and date at its sole determination. Each prospective CM/Contractor must successfully complete the prequalification process as outlined in this document. No other prequalification process previously completed by CM/Contractors, whether for other projects or for other campuses, will meet these requirements. Statements must be submitted on the University-issued prequalification forms provided. Prospective CM/Contractors shall submit six (6) completed Level I prequalification questionnaires with required attachments both in "hard copy" format (e.g., 8 ½" x 11" paper). All information requested in the Level I Prequalification Questionnaire must be provided in order to be considered "responsive" to the requirements of Level I prequalification. The Level I Prequalification Questionnaire shall be submitted as one intact whole it shall not be submitted "piecemeal." Prospective CM/Contractors shall not direct other parties to separately submit documents to the University (for example, prospective CM/Contractors shall not direct insurance carriers to submit insurance certificates directly to the University, and so forth). All information submitted in the Level I Prequalification Questionnaire will be considered official information acquired in confidence and the University will maintain its confidentiality to the extent permitted by law. The University contact person is Katherine Lord, Principal Architect (858) 774-7540 or Rhonda Mitchell, Contracts Manager, Facilities Design & Construction (858) 822-3126. Any questions or requests for clarifications to the Level I Prequalification Questionnaire must be submitted in writing to the above address, attention Rhonda Mitchell, no later than 12:00 P.M., April 24, 2015. Questions received after the above noted deadline may be answered at the discretion of the University s Representative. Questions may be faxed to (858) 534-5633. Any addenda issued will be faxed, mailed, or e-mailed to prospective CM/Contractors based on information obtained from the mandatory meeting sign-in sheet. Addenda will be issued to all firms who are known by the University to have received a set of Level I Prequalification Questionnaire and who have provided a complete and legible business address, email address, phone number and fax number for receipt of addenda. UCSD 10/14/03 Page 3 of 7 GENERAL INFORMATION FOR

7. EVALUATION OF LEVEL I PREQUALIFICATION SUBMITTALS AND ADVANCEMENT TO LEVEL II OF THE PREQUALIFICATION PROCESS Level 1 Prequalification Criteria: The initial qualification of prospective CM/Contractors will be determined by the information submitted in each Level I Prequalification Questionnaire. Level I prequalification status will be granted only if the prospective CM/Contractor meets all of the following requirements: 1. Submission of properly completed and signed Declarations. 2. Attendance at the Mandatory Level I Prequalification Conference. 3. Possession of current and valid California Contractor's License, General Building "B" license; never suspended or revoked. 4. Submission of the University's form, signed by surety and notarized, confirming that: a) Surety to be used is listed in the latest published State of California Department of Insurance list of Insurance Organizations Authorized by the Insurance Commissioner to Transact Business of Insurance in the State of California. b) CM/Contractor is able to obtain bonding up to and including $4,600,000, of which not more than 50% of capacity is currently committed. c) Surety has not paid out any monies for the construction activities of the CM/Contractor whatsoever within the last ten years. d) Number of years with surety. 5. Submission of the University's form, signed by insurer and notarized, confirming that: a) Insurer to be used is listed by Best with a rating of A- or better and a financial classification of VIII or better (or an equivalent rating by Standard & Poor s or Moody's). b) CM/Contractor is able to obtain insurance at the limits required within this Level I prequalification document. c) Number of years with insurer. 6. Demonstration of minimum required Construction Experience: A minimum of three and maximum of five comparable projects, completed within the last 10 years with a construction value of $5,000,000 per project or a total of $25,000,000 for the projects submitted. A comparable project is defined as a mid-rise office/classroom building renovation, further defined as one of the following: Mid-rise office building including technology labs UCSD 10/14/03 Page 4 of 7 GENERAL INFORMATION FOR

Office building with computer research labs and presentation space Other facilities that contain a high degree of technical/aesthetic complexity and Such projects should include a minimum of the following construction challenges: Urban site work with limited construction and staging areas Project complexity requiring tracking of multiple functions and phases Concrete frame construction designed for vibration control Construction in or around labs that must remain operational Resin panel and/or glass curtainwall systems Project complexity requiring construction management services The projects submitted must demonstrate experience with projects of these types and challenges and must all have been constructed in the United States of America, one of which is constructed in the State of California. Photographs and brochures of the projects are to accompany the Project Data Sheets and are to clearly show the character of the projects. In addition, two (2) of the projects submitted must include experience as CM/Contractor providing both pre-construction services and acting as General Contractor during the construction phase on the same project. 7. Not used. 8. Not used. 9. Submission of Staffing. 10. Additional CM/Contractor Requirements: submission of computer resources, project scheduling, project management, e-mail capability and web based construction management programs. 11. Submission of Construction Safety Program. 12. Submission of Quality Control/Quality Assurance Program. 13. Submission of Business Construction Revenue Data: demonstration of an average annual business construction revenue of at least $13,800,000 over the last five consecutive years, 14. Not used. 15. Not used. UCSD 10/14/03 Page 5 of 7 GENERAL INFORMATION FOR

16. Submission of complete Disciplinary Measures History: demonstration that firm has not been disqualified from doing business with a public agency within the last 15 years. 17. Submission of Pre-Construction Services Budget Information. (See the Level I Prequalification Questionnaire of this prequalification document for the detailed and complete listing of all requirements within each category named above.) All members of a Joint Venture entity must meet all of the above requirements for Level I prequalification. Additionally, the Joint Venture entity itself must meet all of the following conditions: At the time the Level I Prequalification Questionnaire is submitted, the Joint Venture entity itself must hold a valid, current California General Building Contractor's License. It is not sufficient that some or all of the individual members of the Joint Venture entity hold a California General Building Contractor's License. The Joint Venture entity itself must be licensed to be eligible for Level I prequalification. At the time the Level I Prequalification Questionnaire is submitted, the Joint Venture entity itself must demonstrate its ability to obtain adequate bonding and insurance. It is not sufficient that some or all of the individual members of the Joint Venture entity can obtain bonding and insurance. At the time the Level I prequalification questionnaire is submitted, the Joint Venture entity itself must demonstrate previous construction experience as set forth above. Joint Venture teams newly-formed to pursue this prequalification opportunity are not eligible for Level I prequalification. At the time the Level I Prequalification Questionnaire is submitted, the Joint Venture entity must demonstrate that each member of the Joint Venture produced an average annual Business Construction Revenue of totaling $13,800,000 over the last five consecutive years. Submission of an incomplete and/or unclear Level I Prequalification Questionnaire is also likely to result in the determination of the prospective CM/Contractor as NON-PREQUALIFIED for this project. After the deadline for receipt of the Level I Prequalification Questionnaires, the University will begin the review of all statements received. The University reserves the right to request, receive and evaluate supplemental information after the deadline date at its sole determination. All CM/Contractors that have submitted a Level I Prequalification Questionnaire will be notified in writing of either successfully or not successfully achieving Level I prequalification status. The decision of the University is final and not appealable within the University of California system. The University reserves the right to reject any or all responses to Prequalification Questionnaires and to waive irregularities in any response received. UCSD 10/14/03 Page 6 of 7 GENERAL INFORMATION FOR

Level II Prequalification The above criteria has been established to determine Level I prequalification status for prospective CM/Contractors. Firms which successfully achieve Level I status will be advanced to Level II analysis. Level II Interviews This second phase of prequalification will involve submission of specific Level II submittal requirements and an interview with the principals of the CM/Contractor, and the proposed Project Team. By submittal of the Level I prequalification questionnaire, the prospective CM/Contractor commits to providing the staff named in that submittal to the project. At the time of bid, the CM/Contractor will be required to confirm the assignment of staff to the project. Substitution of project staff named in the Level I Prequalification Questionnaire may result in the bid being considered non-responsive. Only CM/Contractors which successfully achieve Level I AND Level II prequalification status will be considered fully-prequalified for successful and timely performance of the work required by this project. The contract, if awarded, will be issued to the fully-prequalified CM/Contractor submitting the lowest responsive bid for this project. The University reserves the right to terminate the Agreement for professional services of the CM/Contractor at completion of Phase 1 of the contract, Pre-Construction Services. Should the University elect to do so, the University reserves the right to publicly bid the project for a traditional lump sum contract. UCSD 10/14/03 Page 7 of 7 GENERAL INFORMATION FOR

LEVEL I PREQUALIFICATION SCHEDULE Prequalification Documents available to Bidders: Mandatory Level I Prequalification Conference: Requests for clarification or interpretation of the Prequalification Documents: Submittal of all completed Prequalification Questionnaire and required attachments: CM/Contractors will be notified in writing whether they have been advanced to Level II: April 16, 2015 at 1:00 PM April 23, 2015 at 9:00 AM April 24, 2015 at 12:00 PM April 30, 2015 at 4:00 PM May 1, 2015 (Tentative) Part II Page 1 Prequalification Schedule