Contractors wishing to submit bids for this contract must be prequalified by the Pennsylvania Turnpike Commission.

Similar documents
Document A305. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading.

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

Document A305 TM. Contractor's Qualification Statement

AIA Document A305 - Electronic Format CONTRACTOR S QUALIFICATION STATEMENT

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

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT

APPLICATION AND CERTIFICATE FOR PAYMENT

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

PREQUALIFICATION QUESTIONNAIRE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

REQUEST FOR BIDDER QUALIFICATIONS

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

Sub-Contractor/Supplier Pre-Qualification Questionnaire

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.

Schedule T5. Tender Documents. This tender is for: Tender Documents: The documents issued for this tender include the following: Tender Schedules

Highlands Housing Authority

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

VOLUME 4 DIVISION SPECIFICATIONS

SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE

Facilities Planning Policy & Procedure #20

Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

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

Finance & Technology Administrator (815) ext 223

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE:

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

Schedule of Values Cruise Terminal 2 Expansion

SMALL WORKS ROSTER APPLICATION INSTRUCTIONS COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE. FOLLOWING:

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT

f. Sign Installer/Hanger must submit the following to qualify for a license: i. Certificate of Insurance 1. $300,000 Minimum Liability Coverage

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BYRON TOWNSHIP BUILDING PERMIT APPLICATION 8085 Byron Center Ave SW., Byron Center, MI /Fax

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Application for Commercial Plan Review and Building Permit. Address:

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

Fill out all sections or mark with N/A (not applicable)

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

SECTION PATHWAYS FOR COMMUNICATIONS SYSTEMS

SPACE TYPE: OUTSIDE PARKING (STRUCTURE)

LEVEL I PREQUALIFICATION DOCUMENTS

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

Scott Eagle Attack Thermal Imaging Camera

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

ADVERTISEMENT FOR BIDS

Architectural Services

INVITATION TO BID CITY OF HOPKINSVILLE

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Building Permit Application Instructions INFORMATION REQUIRED FOR ISSUANCE OF A BUILDING PERMIT

Main Building Auditorium

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

Application Requirements for obtaining a Building Permit

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

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

CITY OF LAFAYETTE - WATER TREATMENT PLANT DECOMMISSIONING PROJECT REQUEST FOR CM/GC STATEMENT OF QUALIFICATIONS

SECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION:

United Nations Development Programme (UNDP) FOR THE

Commercial Remodel Permit

ADVERTISEMENT FOR BIDS

PUEBLO REGIONAL BUILDING DEPARTMENT WATER CONNECTED & UTILITY CONTRACTOR LICENSING PROCEDURES

SCHOOL EQUIPMENT PRODUCTION UNIT

SUBSTANTIAL IMPROVEMENT

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

Zoning- check the zoning on the property you are planning to build on, this can be done at the municipal office.

Section - III Evaluation and Qualification Criteria

REQUEST FOR QUALIFICATIONS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

Owner: University of Idaho Architectural and Engineering Services 875 Perimeter Drive Moscow, ID % Bid Documents

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

(Project Location) (your firm's name)

Project #1139 Budget #82. $ Budgeted $ Billed to Date $ Paid to Date $ Due 210, , , ,158.50

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

REQUEST FOR STATEMENT OF QUALIFICATIONS SOQ #

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

CUYAHOGA COUNTY BASED BUSINESS (CCBB) PREFERENCE PROGRAM

Volume 1 of 3 Construction Manual

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

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

NEW HAMPSHIRE CODE OF ADMINISTRATIVE RULES

PROFESSIONAL DESIGN MANUAL INDEX

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

PROGRAM COST MODEL. for. PEER Tall Buildings Study Concrete Structural Option Los Angeles, California

HERNANDO COUNTY COMMUNICATION TOWER, ANTENNA & EQUIPMENT CABINET REVIEW REQUIREMENTS

Document B252TM 2007

Transcription:

SPECIAL PREQUALIFICATION PROCESS FOR TURNPIKE INDUSTRIAL PARK BUILDING RENOVATIONS LOWER SWATARA TOWNSHIP, DAUPHIN COUNTY PENNSYLVANIA TURNPIKE COMMISSION CONSTRUCTION CONTRACT NO. T-247.38F003-3-02 GENERAL CONSTRUCTION CONSTRUCTION CONTRACT NO. T-247.38F003-3-03 PLUMBING WORK CONSTRUCTION CONTRACT NO. T-247.38F003-3-04 ELECTRICAL WORK CONSTRUCTION CONTRACT NO. T-247.38F003-3-05 HVAC WORK Additional responses are being requested for the Request for Prequalification (RFP) for construction of the Turnpike Industrial Park Building Renovations. If you have previously responded to this Request for Prequalification, there is no need to respond again. GENERAL INSTRUCTIONS Contractors wishing to submit bids for this contract must be prequalified by the Pennsylvania Turnpike Commission. The application must be completed on behalf of the applicant firm by an officer who is knowledgeable about past and current operations, policies, and practices of the firm. A response must be provided to each question. If a particular question does not apply, the response must state not applicable or N/A. Responses to the prequalification submittals will be evaluated as they are received. It is the intention of the Turnpike Commission to provide a list of prequalified firms to contractors when the project contract documents are released to the public in Winter 2008. This list will be comprised of firms prequalified by the Turnpike Commission only. The Turnpike Commission will accept completed Special Prequalification Process Applications until 3:00 p.m., Local time on October 31, 2008. For questions concerning the special prequalification process, the prequalification questionnaire and instructions, or the project, please contact Charles M. Holupka at telephone: (717) 939-9551, extension 5520; Fax: (717) 986-9673; e-mail: cholupka@paturnpike.com. Return responses to the prequalification questionnaire to: Mailing Address Street Address Turnpike Industrial Park Renovations Turnpike Industrial Park Renovations Special Prequalification Special Prequalification Pennsylvania Turnpike Commission Pennsylvania Turnpike Commission P. O. Box 67676 700 S. Eisenhower Boulevard Harrisburg, PA 17106-7676 Middletown, PA 17057 Attn: Charles Holupka Attn: Charles Holupka In addition to the prequalification process, bidders are required to register with the Commission as a business partner. To become a business partner, go to the Pennsylvania Turnpike Commission s Electronic Bidding System (EBS) homepage at https://ebs.paturnpike.com/generalinformation/. Instructions for registration are available on the website. PROJECT DESCRIPTION The Pennsylvania Turnpike Commission is currently preparing plans for renovations of the single story, 103,000 approx. s.f. Turnpike Industrial Park (TIP) Building. The project includes demolition, construction, equipment, and furnishing fit-out of a new Tier 3 Data Center, PBX Room, and associated mechanical and electrical support spaces and systems. The renovation includes repaving, storm sewer collection, new roof, renovated building envelope, new HVAC systems, equipment, and associated ductwork and piping, new normal, emergency, standby, and UPS electrical systems, equipment, and associated raceways, and new telecom systems and associated raceways. The existing office areas within the TIP Building will be occupied by the Pennsylvania Turnpike Commission during execution of the construction contracts. The contractors will be required to coordinate and perform work 1

around the existing building operations during construction and provide temporary facilities and installations to maintain those functions. Appropriate notice must be provided to the Commission before shutting down any system or performing any work that would disrupt the facility. CONTRACT NO. T-247.38F003-3-02 GENERAL CONSTRUCTION General construction work shall comply with the 2006 International Building Codes. General construction work includes: selective structure demolition; cast-in-place concrete; unit masonry; structural steel; steel deck; cold-formed metal framing; structural steel sub-framing; thermal insulation; polymer-based exterior insulation and finish system (EIFS); 4 ply built-up roofing system with white granular coating; ethylene-propylene-diene-monomer (EPDM) roofing for interior secondary roof; sheet metal flashing, trim & gravel stops; roof specialties; metal siding, new aluminum downspouts & scuppers ; manufactured roof expansion joints; louvered cooling tower enclosures on 4 high galvanized steel grating platform; penetration fire stopping; fire-resistive joint systems; standard and impact resistant gypsum wall board; joint sealants; hollow metal doors and frame; resilient base and accessories; recycled vinyl interlocking floor tiles; carpet tiles; epoxy flooring; raised access flooring; painting; high-performance coatings; suspended acoustical ceilings; overhead roll-up doors; fire extinguisher cabinets & extinguishers. The civil engineering site work will consist of installation of storm drainage piping, subsurface storm water detention with rainwater harvesting facilities, bituminous pavement rehabilitation, sidewalk restoration, and bituminous pavement overlay. The approximate size of the contract is $5,000,000 to $7,000,000. CONTRACT NO. T-247.38F003-3-03 PLUMBING WORK Plumbing work shall comply with the 2006 International Building Codes. Plumbing work includes selective demolition; domestic water supply (hot and cold) piping; sanitary sewer system; fixtures; fire protection piping; sprinkler heads, and new gaseous and pre-action fire suppression systems for Data Center and PBX Rooms. The approximate size of the contract is $1,000,000 to $3,000,000. CONTRACT NO. T-247.38F003-3-04 ELECTRICAL WORK Electrical work shall comply with 2006 National Electrical Code, 2006 International Building Codes, EIA/TIA Standards, BICSI Standards, and comply with Tier III requirements for Data Center construction as defined by the Uptime Institute. Electrical work includes selective demolition; complete normal and emergency electrical distribution systems; underground primary raceways and underground secondary distribution into the building from normal and alternate utility supplies, normal switchgear, emergency and stand-by generator systems, parallel switchgear, transfer switches, uninterruptible power supplies, battery racks and batteries, electrical distribution throughout the building; switchboards, panelboards, power distribution units, and transformers to serve Data Center and mechanical equipment loads, lighting, emergency lighting, and lighting control systems; fire alarm system, security systems, underground raceways for telecommunications, internal raceways and cable trays for telecommunication systems. The approximate size of the contract is $8,000,000 to $11,000,000. CONTRACT NO. T-247.38F003-3-05 HEATING, VENTILATION AND AIR CONDITIONING HVAC work shall comply with the 2006 International Building Codes and comply with Tier III requirements for Data Center construction as defined by the Uptime Institute. HVAC work includes selective demolition; new chilled water system including thermal storage, heating water system, condenser water system, chillers, cooling towers, boilers, heat exchangers, pumps, and air handling equipment; air and water distribution systems, exhaust systems; computer room air conditioning systems, natural gas distribution system, generator fuel oil systems, rain water collection system for cooling tower makeup water, and Building Automation System including power monitoring of the Data Center and PBX power loads. The approximate size of the contract is $6,000,000 to $9,000,000. 2

INSTRUCTIONS TO BIDDERS 1. Submit three (3) copies of your response to the Request for Prequalification (RFP) to Charles Holupka by the time and date indicated above. Failure to respond by the time and date indicated shall be sufficient cause for rejection of the response. 2. All questions and requests for information shall be answered in full, without exception. Include a full copy of this document with all required blanks filled in as indicated. Answer all other questions, in order, clearly labeled on additional pages to be attached to this document. 3. The Contractor shall provide only complete and accurate information. The Contractor hereby warrants that, to the best of its knowledge and belief, the responses contained herein are true, accurate and complete. The Contractor also acknowledges that the Commission is relying on the truth and accuracy of the responses contained herein. If it is later discovered that any material information given in response to a question was inaccurate, or misleading, it shall constitute grounds for immediate termination or rescission by the Commission of any subsequent agreement between the Commission and the Contractor. 4. This form, its completion by the contractor, and its use by the Commission, shall not give rise to any liability on the part of the Commission to the contractor or any third party or person. 5. If a Contractor intends to apply for prequalification for more than one (1) contract, separate applications must be submitted for each contract. ASSISTANCE If there are any questions concerning the completion of this form, the Contractor may contact: Charles Holupka Senior Engineering Project Manager Engineering-Facilities Department Pennsylvania Turnpike Commission Central Administration Building P.O. Box 67676 Harrisburg, PA 17106-7676 Telephone: (717) 939-9551, extension 5520 Fax: (717) 986-9673 Email: cholupka@paturnpike.com MISCELLANEOUS: List any additional information that the Contractor believes will assist the Commission in evaluating the Contractor s qualifications for this project. Response to this Request for Prequalification should not include extraneous materials, i.e., brochures and/or marketing materials. APPEALS: Contractors who submit the required prequalification statement and criteria, but who are determined ineligible to bid on this project, will be notified in writing via certified mail, overnight delivery or facsimile on or about December 5, 2008 stating the reason(s). The decision of ineligibility shall be final unless the Contractor appeals in writing via certified mail, overnight delivery or facsimile, to the Commission at the address listed above, within five (5) days of receipt of the ineligibility notice. 3

Upon receiving a written appeal, the Commission will review the written materials related to the appeal, determine the merits of the appeal, and render a decision within ten (10) days after receipt of the Contractor s appeal. This decision will be final. PREQUALIFICATION REQUIREMENTS AND CRITERIA CONTRACT NO. T-247.38F003-3-02 GENERAL CONSTRUCTION 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime renovation projects of equal or greater value within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project, who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. 4

f. The Contractor must submit proof of liability insurance in the amount of seven (7) million dollars. g. List of projects completed in the last five (5) years. CONTRACT NO. T-247.38F003-3-03 PLUMBING WORK 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime, similarly sized renovation projects within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. The Contractor must submit proof of liability insurance in the amount of three (3) million dollars. g. List of projects completed in the last five (5) years. 5

CONTRACT NO. T-247.38F003-3-04 ELECTRICAL WORK 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime, similarly sized data center renovation projects within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. The Contractor must submit proof of liability insurance in the amount of eleven (11) million dollars. g. List of projects completed in the last five (5) years. 6

CONTRACT NO. T-247.38F003-3-05 HEATING, VENTILATION AND AIR CONDITIONING 1. The Contractor must have successfully completed (to the Commission s satisfaction) a minimum of three (3) public bids, multiple prime, similarly sized data center renovation projects within the previous five (5) years. Submit a list of the project(s) including the owner s name, owner s project manager s name and telephone number. 2. The Contractor must be capable of and submit proof of ability to provide a 5% Bid Bond, 100% Performance Bond and 100% Payment Bond. Bonds must be underwritten by a bonding company with an A rating from Best or U.S. Treasury. 3. As a response to the RFP, the contractor must provide the following: a. Prequalification Statement (see Prequalification form attached). b. Audited Financial Statement (previous 2 fiscal years) showing the following items: i. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepared expenses). ii. Net fixed Assets. iii. Other Assets. iv. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). v. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par value earned surplus and retained earnings). vi. Name and address of firm preparing attached financial statement and date thereof. vii. Is the attached financial statement for the identical organization named on page one? viii. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). ix. Will the organization whose financial statement is attached act as guarantor of the contract for construction? c. Synopsis of experience as stated in Paragraph 1 above. Provide the following information for each project: i. Name and location of project. ii. Brief description of project scope. iii. Original and Final contract value. iv. Name, address, telephone number and contact person for the design professional. v. Name, address, telephone number and contact person for the owner. vi. Name, address, telephone number and contact person for the construction manager when applicable. vii. Date of commencement of construction and date of completion. For the sake of clarity, on time is defined as the number of days established contractually to complete a project (from notice to proceed to substantial completion as amended by the change order). d. List of the following key personnel, including résumés, available for this project who performed the projects listed under Paragraph c above. i. Project Manager ii. Superintendent e. Statement from Bonding Agent s letterhead stating intent to provide the bonds required for this contract. f. The Contractor must submit proof of liability insurance in the amount of nine (9) million dollars. g. List of projects completed in the last five (5) years. 7

SIGNATURE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories herein made. The undersigned hereby authorize(s) and request(s) any public official, engineer, architect, surety company, bank, depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by the Pennsylvania Turnpike Commission or its agent, deemed necessary to verify this statement or regarding the standing and general reputation of the undersigned. Dated at this day of, 20. By: Name of Organization If Corporation, place Corporate Seal here. Title of Person Signing STATE OF COUNTY OF Before me, the undersigned authority, personally appeared who is known to me or satisfactorily proven, who, first being duly sworn to law, deposes and states that he/she signed the foregoing instrument as his/her free and voluntary act and that the answers contained therein are true and correct. WITNESS my hand and official seal, this day of A.D., 20. My commission expires: Notary Public State of 8

RENOVATIONS TO THE TURNPIKE INDUSTRIAL PARK BUILDING PENNSYLVANIA TURNPIKE COMMISSION CONTRACTOR S PREQUALIFICATION STATEMENT SUBMITTED TO: The Pennsylvania Turnpike Commission ADDRESS: Central Administration Building, P.O. Box 67676, Harrisburg, PA 17106-7676 SUBMITTED FOR: Turnpike Industrial Park Building Renovations: Phase A General [ ] Plumbing [ ] Electrical [ ] HVAC [ ] NAME: ADDRESS: Contractor [ ] Partnership [ ] Individual [ ] Joint Venture [ ] Other [ ] PRINCIPAL OFFICE: 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present business name? 1.2.1 Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: 1.3.2 State of incorporation: 1.3.3 President s name: 1.3.4 Vice-president s name(s): 1.3.5 Secretary s name: 1.3.6 Treasurer s name: - 1 -

1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principal(s): 2. LICENSING List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. List jurisdictions in which your organization s partnership or trade name is filed. 3. EXPERIENCE List the categories of work that your organization normally performs with its own forces. Claims and Suits (If the answer to any of the questions below is yes, please provide details. Attach additional sheets, if necessary) Has your organization ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please provide details. Attach additional sheets, if necessary) On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner; architect, contract amount, percent complete and scheduled completion date. State total worth in progress and under contract: State average annual amount of construction work performed during the past five years: On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. - 2 -

4. REFERENCES Trade References: Bank References: Surety: Name of bonding company: Name and address of agent: - 3 -

5. SIGNATURE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories herein made. The undersigned hereby authorize(s) and request(s) any public official, engineer, architect, surety company, bank, depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by the Pennsylvania Turnpike Commission or its agent, deemed necessary to verify this statement or regarding the standing and general reputation of the undersigned. Dated at this day of, 20. By: Name of Organization If Corporation, place Corporate Seal here. Title of Person Signing STATE OF COUNTY OF Before me, the undersigned authority, personally appeared who is known to me or satisfactorily proven, who, first being duly sworn to law, deposes and states that he/she signed the foregoing instrument as his/her free and voluntary act and that the answers contained therein are true and correct. WITNESS my hand and official seal, this day of A.D., 20. My commission expires: Notary Public State of - 4 -