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

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

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

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

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

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

Albany Unified School District Contractor Prequalification

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

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

Request for Prequalification. Electrical Subcontractor

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

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

THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS BAYFRONT LEVEE IMPROVEMENTS PROJECT NO

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

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

LEVEL I PREQUALIFICATION DOCUMENTS

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

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

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

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

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

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

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

Policies and Procedures for PREQUALIFICATION of JOINT VENTURES

MARYLAND STADIUM AUTHORITY

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

MARYLAND STADIUM AUTHORITY

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

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

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

PUBLIC CONTRACT CODE SECTION

UCLA LUSKIN CONFERENCE AND GUEST CENTER Project

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

Prequalification Statement 11.16

REQUEST FOR PROPOSALS AUDIT

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

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

Ge#ng Started. Application process:

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

UNIVERSITY OF CALIFORNIA, LOS ANGELES REQUEST FOR PREQUALIFICATION

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

INSTRUCTIONS TO BIDDERS

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

City of Eagle Point 2017 Paving Instruction to Bidders

REQUEST FOR QUALIFICATIONS

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

PREQUALIFICATION APPLICATION

APPLICATION FOR CONTRACTOR PREQUALIFICATION FOR FORMAL BIDS CERRITOS COMMUNITY COLLEGE DISTRICT

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

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

January 22, Table of Contents

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

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

Bidding Conditions Attachment C

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

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

Contractor Prequalification Instructions

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

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

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.

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

Fax: (949) Phone: (949)

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

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

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

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

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

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

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

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

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

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

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

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

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

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

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

REQUEST FOR QUALIFICATIONS

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

Maricopa Integrated Health System Vendor Questionnaire

REQUEST FOR QUALIFICATIONS: AS NEEDED LEGAL SERVICES

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

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

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS

Main Building Auditorium

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

Transcription:

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT JUNE 23, 2016

NOTICE TO CONTRACTORS TO PREQUALIFY FOR MECHANICAL, ELECTRICAL OR PLUMBING WORK WARM SPRINGS/SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT 1. Notice is hereby given that Lennar Homes of California, Toll Brothers, Inc. and Valley Oak Partners LLC (individually or collectively, Developer ) have determined that, pursuant to Public Contract Code section 20111.6, all mechanical, electrical and plumbing contractors (collectively MEP Subcontractors ) must be prequalified for work on the WARM SPRINGS/SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT ( Project ), constructed for the benefit of Fremont Unified School District. 2. Following prequalification of MEP contractors and general contractors, Developer will invite all prequalified general contractors to submit proposals for preconstruction and construction services pursuant to a request for proposals ( RFP ), issued by Developer at a later date. In accordance with the RFP, Developer intends to contract with the selected general contractor for preconstruction services, including, but not limited to, the development of a guaranteed maximum price for the Project. Thereafter, Developer intends to contract with the selected general contractor for the construction of the Project. 3. Any contractor interested in being prequalified for the Project must submit a fully completed and sealed Prequalification Questionnaire for Prospective MEP Subcontractors form, including, but not limited to all financial information required therein, and a signed Prequalification Information for Prospective MEP Subcontractors form (collectively, Prequalification Package ) to the Developer. Prequalification Packages must be received by Developer before 2:00 p.m. on July 18, 2016, at the Fremont Unified School District, 4210 Technology Drive, Fremont, California 94538, Attn: Therese Gain, at or after which time the Prequalification Packages will be opened in a private setting. 4. All Prequalification Packages shall be on the forms provided by the Developer. Prequalification forms are available for pick-up at Fremont Unified School District, 4210 Technology Drive, Fremont, California 94538, or may be downloaded from the District s website at www.fremont.k12.ca.us. 5. To prequalify, a MEP Subcontractor is required to possess all required State of California Contractor Licenses, which must remain active and in good standing throughout the term of the MEP Subcontractor s prequalification or the term of any awarded contract, whichever is longer. In addition, a MEP Subcontractor is required to be registered as a public works contractor with the Department of Industrial Relations. 6. For all work performed on the Project, contractors shall pay all workers not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations, State of California, for the type of work performed and the locality in which the work is to be performed within the boundaries of the Fremont Unified School District, pursuant to section 1770 et seq. of the California Labor Code. 7. All information provided by MEP Subcontractors will be kept confidential to the extent permitted by law. The Prequalification Package contents may be disclosed to third parties for purposes of verification, or investigation of substantial allegations, or in the appeal process. 8. A MEP Subcontractor may be denied prequalification status for reasons including, but not limited to, the omission of requested information or falsification of information. 2

PREQUALIFICATION INFORMATION FOR PROSPECTIVE MEP SUBCONTRACTORS WARM SPRINGS/SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT June 23, 2016 I. BACKGROUND AND OVERVIEW Lennar Homes of California, Toll Brothers, Inc. and Valley Oak Partners LLC ( Developer ) are prequalifying mechanical, electrical and plumbing contractors in accordance with Public Contract Code section 20111.6, to perform construction work and services in connection with the WARM SPRINGS/SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT ( Project ), which is being constructed for the ultimate benefit of the Fremont Unified School District ( District ). To ensure that the project remains eligible for State of California and District funding, Developer intends to implement, to the extent feasible, contract procurement procedures consistent with public contracting requirements. California Public Contract Code section 20111.6 requires prime contractors (collectively, Contractors ) as well as mechanical, electrical and plumbing contractors (collectively, MEP Subcontractors ) on public school projects to prequalify for projects involving a projected expenditure of $1 million or more and eligible for state bond funding. Consequently, Developer requires prospective MEP Subcontractors who wish to be eligible for work on the Project to submit a complete Prequalification Questionnaire for Prospective MEP Subcontractors form supplied by the Developer and attached hereto as Exhibit A ( Prequalification Questionnaire ), including all financial information required therein, to the Developer, along with a signed copy of this Prequalification Information for Prospective MEP Subcontractors form (collectively, the Prequalification Package ). Prequalification Packages are due before 2:00 p.m. on July 18, 2016, at Fremont Unified School District, 4210 Technology Drive, Fremont, California, or may be downloaded from the District s website at www.fremont.k12.ca.us., at or after which time the Prequalification Packages will be opened in a private setting. Following the prequalification of Contractors and MEP Subcontractors, Developer will invite all prequalified Contractors to submit proposals for preconstruction and construction services pursuant to a request for proposals ( RFP ), issued by Developer at a later date. In accordance with the RFP, Developer intends to contract with the selected Contractor for preconstruction services, including, but not limited to, the development of a guaranteed maximum price ( GMP ) for the Project ( Preconstruction Services Agreement ). Thereafter, Developer intends to enter a contract with the selected Contractor for the construction of the Project. Once the prequalification process is complete, the Developer will notify the MEP Subcontractors who meet the prequalification requirements. Prequalification will be valid for one calendar year following the date of initial prequalification. Prequalified MEP Subcontractors must provide written notice to Developer of material changes to MEP Subcontractor s information submitted in connection with the Prequalification Package. Developer reserves the right to require MEP Subcontractor(s) to update MEP Subcontractor s Prequalification Package information at any time and to revoke, rescind, and/or refuse MEP Subcontractor s prequalification status. 3

A Contractor may not engage a MEP Subcontractor for work on the Project if that MEP Subcontractor has not been prequalified by the Developer. II. PROJECT DESCRIPTION The Project includes the construction of a new elementary school for the District. Developer anticipates the Project will consist of approximately 98,000 square feet of building area that will support a student population of 1,100 Transitional Kindergarten - Fifth Grade students. The campus will be constructed on a 5 acre parcel and is a joint use project in conjunction with the City of Fremont, which will separately own, operate and maintain a 4 acre park adjacent to the school site (not a part of this contract). The new school is a wood-frame structure that includes a mixture of single and two-story construction all designed under the standards of the state s Division of the State Architect, Division of Labor Standards Enforcement and the California Department of Education. The Project is subject to all laws, statutes, codes, regulations, ordinances, rules, policies, and requirements of governmental entities having jurisdiction over the Project applicable to public school construction, including, but not limited to, payment of prevailing wages and contractor registration with the Department of Industrial Relations. III. PREQUALIFICATION PROCESS MEP Subcontractor s submission of a Prequalification Package shall be deemed consent to the procedures described herein. (a) Submittal. On or before July 18, 2016, before 2:00 p.m., all prospective MEP Subcontractors who wish to qualify to be listed by Contractors for work on the Project shall submit a Prequalification Package in a sealed envelope to: Therese Gain, Director, Facilities and Construction Fremont Unified School District, 4210 Technology Drive, Fremont, California 94538 MEP Subcontractor Prequalification Response for: WARM SPRINGS/SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT No Prequalification Packages will be accepted after this time. However, the Developer reserves the right to request, receive, and evaluate supplemental information after the above time and date at its sole discretion. For information regarding the prequalification process, please call/email Art Hand Jr., Full Business 2 Solutions (fb2) at (209) 639-8963 or ahand@fb2solutions.com. A. Form. Each MEP Subcontractor shall fully complete the Prequalification Package and timely submit all documents as indicated therein. MEP Subcontractors shall submit one (1) completed Prequalification Package with required attachments in hard copy format on 8½ x 11 paper in a sealed envelope as indicated above. Incomplete Prequalification Packages will be considered nonresponsive and disregarded. B. Developer s Review. Except as otherwise required by law, information submitted in the Prequalification Package shall not be public information and shall not be open to public inspection. MEP Subcontractors that have submitted a Prequalification Package shall receive written notification of their 4

prequalification status. The Developer reserves the right, in its sole discretion, to reject any or all Prequalification Packages or to waive irregularities in any Prequalification Package received. C. Addenda. Any addenda issued by the Developer will be faxed, mailed, or sent by messenger service to all MEP Subcontractors known to the Developer to have received this Prequalification Information form and who have provided a complete and legible physical address, telephone number, and fax number for receipt of addenda. The receipt of all addenda must be acknowledged on the MEP Subcontractor s Prequalification Questionnaire. D. Non-responsiveness. A MEP Subcontractor s Prequalification Package shall be deemed nonresponsive if: 1. The Prequalification Package is not submitted on time. 2. MEP Subcontractor does not provide all requested information. 3. The Prequalification Package is not signed under penalty of perjury by individuals who have the authority to bind the MEP Subcontractor on whose behalf they are signing. E. Incomplete, Misleading or Inaccurate Information. A MEP Subcontractor s Prequalification Package shall be rejected if: 1. Any information provided by the MEP Subcontractor is misleading or inaccurate in any material manner (e.g., financial resources are overstated; previous violations of law are not accurately reported). (i) Any information contained in the Prequalification Package is not updated under penalty of perjury when it is no longer accurate. Even after a MEP Subcontractor has been prequalified, the Developer reserves the right to revoke that determination at any subsequent time if Developer determines that any information provided by the MEP Subcontractor in its Prequalification Package or subsequently, was incomplete, misleading, or inaccurate in any material manner. IV QUALIFICATION CRITERIA A. Essential Criteria. As detailed herein, each potential MEP Subcontractor must provide specific information that will be reviewed and scored by the Developer. Any MEP Subcontractor who cannot satisfy all of the following requirements ( Essential Criteria ), regardless of the ranking or ability to meet other criteria, will not be prequalified: 1. Licensure. The MEP Subcontractor shall hold all current, active contractor s license(s) necessary to perform its work and those license(s) shall not have been revoked in the past five (5) years. 5

(ii) Registration. The MEP Subcontractor shall be registered as a public works contractor with the Department of Industrial Relations on or before the submission of its Prequalification Package, and shall maintain such registered status during all work in connection with the Project or as otherwise required by law. 2. Insurability. The MEP Subcontractor shall demonstrate that it holds the insurance as indicated in the Prequalification Package. MEP Subcontractor may be required to provide additional insurance coverage types and/or limits, and MEP Subcontractor acknowledges that the insurance requirements in the Prequalification Package are for prequalification purposes only. 3. Termination. A surety firm shall not have completed MEP Subcontractor s work because MEP Subcontractor was defaulted or terminated with cause from any project by any school district or other public agency within the State of California within the past five (5) years. 4. Disqualification. The MEP Subcontractor shall not have been debarred or otherwise prohibited from performing work for and/or bidding on work for any school district or other public agency within the State of California, including, but not limited to, pursuant to California Labor Code sections 1777.1 or 17777.7. 5. Violations of Regulations or Laws. The MEP Subcontractor, or any of its owners or officers, shall not have been convicted of a crime involving the bidding, award or performance of a contract of a government construction project or fraud, theft, or any other action of dishonesty within the past five (5) years. (b) Other Criteria. As stated above, each MEP Subcontractor must satisfy all of the Essential Criteria, regardless of its ranking or ability to meet other criteria or the MEP Subcontractor shall not be prequalified. The Prequalification Questionnaire contains questions for which a numerical score will be given for specific answer(s). A MEP Subcontractor must receive a minimum number of points, regardless of its ability to meet other criteria, or the MEP Subcontractor shall not be prequalified. Even if a MEP Subcontractor meets the Essential Criteria and receives at least the minimum number of points, the Developer reserves the right to disqualify that MEP Subcontractor on other grounds. The Developer will use some or all of the following criteria in qualifying each MEP Subcontractor. The Developer reserves the right to modify the following criteria and to add or delete criteria at its sole discretion at any time prior to opening the Prequalification Package(s). 6. Previous Experience. The MEP Subcontractor shall demonstrate experience working on K-12 public school construction projects approved by the Division of the State Architect ( DSA ), including the following: a. Previous or current contracts for similar types of projects that demonstrate equivalent quality design, detailing, finishes and construction. (1) Experience in working on projects of similar scale and complexity with strict budget and schedule compliance. 6

(ii) Business History. The MEP Subcontractor has a history of having continuously been in business as a licensed contractor. (iii) Workers Compensation Experience Modifier. The Developer will consider the MEP Subcontractor s workers compensation experience modification rate for the past five (5) years. 7. Financial Strength. The MEP Subcontractor shall demonstrate its financial ability to undertake and complete the Project. V APPEALING A QUALIFICATION FINDING A MEP Subcontractor may appeal the Developer s decision. If a MEP Subcontractor decides to appeal the Developer s prequalification decision, it shall follow this procedure: A. MEP Subcontractor shall submit within three (3) working days from Developer s written notification of prequalification status, a written request to the Developer asking for an explanation of any aspect of the Developer s determination. B. Within three (3) working days from receipt of the Developer s written response to the MEP Subcontractor s request, MEP Subcontractor may submit, in writing, a request for reconsideration by the Developer staff. MEP Subcontractor may submit with the request any information that it believes supports a finding that Developer s determination should be changed. If the subcontractor chooses not to avail itself of this process, the proposed prequalification rating may be adopted by the participating school Developers without further proceedings. MEP Subcontractor hereby acknowledges and agrees to the conditions set forth in this Prequalification Information for Prospective MEP Subcontractors. MEP Subcontractor Entity Name By: Title: 7

EXHIBIT A Prequalification Questionnaire 8

PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE MEP SUBCONTRACTORS WARM SPRINGS/SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT June 23, 2016 Pursuant to Public Contract Code section 20111.6, each prospective mechanical, electrical and plumbing contractor shall submit the following information to establish its qualifications to perform construction work as a first tier subcontractor on the Project. A. SUBCONTRACTOR S INFORMATION Firm name: Address: Telephone: Fax: Mobile Telephone: E-mail: By: (Name of individual completing statement) Date: Years in business as a licensed contractor: Types of work performed with own forces: Years in business under current firm name: Years at the above address: Receipt and acceptance of the following addenda is hereby acknowledged: No., Dated No., Dated No., Dated 9

B. CURRENT ORGANIZATION AND STRUCTURE OF THE BUSINESS 1. For Firms that Are Corporations: a. Date incorporated: b. Under the laws of what state: c. Provide all the following information for each person who is either (a) an officer of the corporation (president, vice president, secretary, treasurer), or (b) the owner of at least 10% of the corporation s stock. Name Position Years with Co. % Ownership 2. For Firms that Are Partnerships: a. Date of formation: b. Under the laws of what state: c. Provide all the following information for each partner who owns ten percent (10%) or more of the firm. Name Position Years with Co. % Ownership 3. For Firms that Are Sole Proprietorships: a. Date of commencement of business: 4. For Firms that Intend to Bid as a Joint Venture: a. Date of commencement of joint venture: b. Provide all of the following information for each firm that is a member of the joint venture that expects to bid on one or more projects. Attach all additional references and/or information on separate signed sheets. Name of Firm % of Ownership of Joint Venture 5. Associated Firms For any of the above business structures, identify every construction firm that any person listed above has been associated with (as owner, general partner, limited partner or officer) at any time during the past 5 years. Person s Name Name of Construction Firm & License No. Dates of Person s Participation with Firm 10

Attach all additional references and/or information on separate signed sheets. C. HISTORY OF THE BUSINESS AND ORGANIZATIONAL PERFORMANCE 1. Has there been any change in ownership of the firm at any time during the past three years? NOTE: A corporation whose shares are publicly traded is not required to answer this question. If yes, explain on a separate signed sheet. 2. Is the firm a subsidiary, parent, holding company, or affiliate of another construction firm? NOTE: Include information about other firms if one firm owns 50% or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm. If yes, explain on a separate signed sheet, including the name of the related company and the percent ownership. 3. Are any corporate officers, partners or owners connected to any other construction firms? NOTE: Include information about other firms if an owner, partner, or officer of your firm holds a similar position in another firm. If yes, explain on a separate signed sheet. 4. Has any owner, partner, CSLB qualifier or corporate officer of the firm operated as a contractor under any other name or license number (not listed above) in the last 5 years? If yes, explain on a separate signed sheet, including the name and license number of the other company. 5. State your firm s gross revenues for each of the past 3 years: Year Gross Revenue $ $ $ 6. How many years has your firm been in business in California as a contractor under your present business name and license number? 7. Is your firm currently the debtor in a bankruptcy case or was in bankruptcy at any time during the last 5 years? 11

If yes, please attach a copy of the bankruptcy petition and a copy of the Bankruptcy Court s discharge or any other document that ended the case, if any. D. LICENSES AND REGISTRATION 1. Please provide the following information: a. Name of license holder exactly as on file with the California State License Board: b. License classification(s): c. License #: d. Expiration Date: e. Contractor s Public Works Registration # as on file with Department of Industrial Relations: 2. Has any CSLB license held by your firm or its Responsible Managing Employee or Responsible Managing Officer been suspended or revoked within the last 5 years? If yes, explain on a separate signed sheet. 3. Has your firm changed names or license number in the past 5 years? E. DISPUTES If yes, explain on a separate signed sheet, including the reason for the change. 1. At any time in the last 5 years, has your firm been assessed liquidated damages under a construction contract with any public or private owner? If yes, explain on a separate signed sheet, identifying projects by owner, owner s address, and date of completion. 2. At any time in the last 5 years, has your firm, or any owners, officers or partners, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any public works project? If yes, explain on a separate signed sheet, including the name of the person who was associated with that company, the year of the event, owner, owner s address and basis for the action. 12

3. At any time in the last 5 years, has a public agency found your company was not a responsible bidder? If yes, explain on a separate signed sheet, including the year of the event, owner, owner s address and basis for the finding. 4. In the past 5 years, has any claim against your firm or by your firm against an owner been filed in court or arbitration concerning your firm s work or payment on a construction project? F. INSURANCE If yes, explain on a separate signed sheet, including the project name, court or arbitration case name and number, and a brief description of the status of the claim. 1. Does subcontractor have liability insurance policy with a policy limit of at least $1,000,000 per occurrence and $2,000,000 aggregate? 2. Does subcontractor have current workers compensation insurance policy as required by the California Labor Code or is legally self-insured pursuant to California Labor Code section 3700 et seq.? 3. In the last 5 years, has any insurance carrier, for any form of insurance, refused to renew the insurance policy for your firm? If yes, explain on a separate signed sheet, including the name of the insurance carrier, form of insurance and year of the refusal. G. CRIMINAL MATTERS AND RELATED CIVIL SUITS 1. Has your firm or any of its owners, partners or officers ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? If yes, explain on a separate signed sheet, identifying who was involved, name of the public agency, date of the investigation and grounds for the filing. 2. Has your firm or any of its owners, partners or officers ever been convicted of a crime involving any federal, state, or local law related to construction or fraud, theft, or any other action of dishonesty? If yes, explain on a separate signed sheet, identifying who was involved, name of the public agency, date of conviction and grounds for the conviction. 13

H. SAFETY 1. Within the past 5 years, has the California or federal OSHA cited and assessed against your firm, or any associated firm, for serious, willful or repeat violations of its safety or health regulations? If yes, explain on a separate signed sheet, identifying the citation(s), nature of the violation(s), project, and amount of penalty paid, if any. 2. Within the past 5 years, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against your firm or the owner of the project on which your firm was the contractor? If yes, explain on a separate signed sheet, describing the citation(s). 3. State the subcontractor s Workers Compensation Experience Modification Rate for the past 3 premium years: Year Modification Rate If your EMR is 1.00 or higher, you may attach a letter of explanation. 4. Within the past 5 years, has there ever been a period when your firm and/or any associated firm had employees but was without workers compensation insurance or state-approved selfinsurance? If yes, explain on separate sheet, including the date(s) and reason(s) for the absence of workers' compensation insurance. I. PREVAILING WAGE AND APPRENTICESHIP COMPLIANCE 1. In the past 5 years, has there been more than one occasion in which your firm was required to pay either back wages or penalties for your firm s failure to comply with California prevailing wage laws or federal Davis-Bacon prevailing wage requirements? If yes, explain on a separate signed sheet, describing the nature of the violation(s), project, owner, and amount paid, if any. 14

2. At any time during the past 5 years, has your firm been found to have violated any provision of California apprenticeship laws or regulations, or laws pertaining to use of apprentices on public works projects? J. BONDING If yes, explain on a separate signed sheet, including date(s) of such findings and attaching the DAS final decision(s). 1. Have you attached a notarized statement from an admitted surety insurer (approved by the California Department of Insurance and authorized to issue bonds in the State of California), which states your current bonding capacity? 2. Provide the name, address and telephone number of the surety agent: 3. List all sureties that have written bonds for your firm currently and during the last 5 years: Name Address Dates of bonds 4. In the last 5 years, has any surety paid on your firm s behalf as a result of a default to satisfy any claims made against a payment or performance bond issued on your firm s behalf? If yes, explain on a separate signed sheet, including the amount of each claim, name and telephone number of claimant, date of and grounds for the claim, and present status. 5. If your firm was required to pay a premium of more than 1% for a performance and payment bond on any project on which your firm worked in the last 3 years, state the percentage that your firm was required to pay:. You may explain on a separate sheet, why you were required to pay a premium of more than 1%. 15

6. In the last 5 years, has your firm ever been denied bond coverage by a surety company, or has there ever been a period of time when your firm had no surety bond in place when one was required? K. PROJECT REFERENCES If yes, explain on a separate signed sheet, including the name of the surety company and the period during which your firm had no bond in place. List at least 3 of your firm s most recent California K-12 projects (both under construction and completed) with a subcontract price over $250,000 on the form attached as Exhibit A. Please include all projects performed under all firm names identified in Section B. Use and attach additional signed sheets when needed to explain or clarify any response or to include more responses with all requested information. L. FINANCIAL INFORMATION Subcontractor must submit a reviewed or audited financial statement with accompanying notes and supplemental information for the past two (2) full fiscal years. A letter verifying availability of a line of credit may also be attached; however, it will be considered supplemental information only, and is not a substitute for the required audited or certified financial statement. CERTIFICATION I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct: Date: Proper Name of Subcontractor: Signature by an officer of the Subcontractor: By: (Print Name) Title: 16

EXHIBIT A 1. Project Name/Identification: a. Project Name: b. Project address/location: c. Owner (name of district reference and tel. no.): d. Architect (name and tel. no.): e. Construction Manager (name and tel. no.): f. General Contractor (name and tel. no.): g. Scope of Work: h. Was/Is this a design-bid-build, design-build, or lease-leaseback project (specify)? i. Original completion date: j. Actual date of completion: k. Time extensions granted: l. Initial subcontract value: m. Final subcontract value: I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Date: Name 17