LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

Similar documents
LEVEL I PREQUALIFICATION DOCUMENTS

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

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

UNIVERSITY OF CALIFORNIA, SAN DIEGO

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

Bidding Conditions Attachment C

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

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

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

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

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

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

ADVERTISEMENT FOR BIDS (AFTER PREQUALIFICATION)

UNIVERSITY OF CALIFORNIA, LOS ANGELES REQUEST FOR PREQUALIFICATION

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

January 22, Table of Contents

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

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

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

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

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

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

INSTRUCTIONS TO BIDDERS

Albany Unified School District Contractor Prequalification

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

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

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER

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

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

MARYLAND STADIUM AUTHORITY

Request for Proposal for Annual Financial Audit Services

City of Eagle Point 2017 Paving Instruction to Bidders

MARYLAND STADIUM AUTHORITY

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

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

Amity School District 4J

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

Fax: (949) Phone: (949)

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

Railroad Commission of Texas Mentor Protégé Program

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

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

UNIVERSITY OF CALIFORNIA, SAN DIEGO

MARYLAND STADIUM AUTHORITY

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

Science Technology Engineering and Mathematics (STEM) Initiative

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

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

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

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

PREQUALIFICATION QUESTIONNAIRE

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

PREQUALIFICATION AND ADVERTISEMENT FOR BIDS

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

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

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

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES

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

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

UCLA LUSKIN CONFERENCE AND GUEST CENTER Project

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

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

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

2. Clarification: The building address is 801 Henderson Street.

Construction Family of Documents

Chapter 4 State Requirements for Educational Facilities Section 4.1

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

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

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices


Dates/Times: p.m. Pacific Time.

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

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

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

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

MARYLAND STADIUM AUTHORITY

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

REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California

Notice to Bidders Page 1 of 6

Purchasing and Procurement Policy

NOTICE TO BIDDERS FOR

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

Transcription:

Project No. 4484/A4L-379/964840 LEVEL I PREQUALIFICATION DOCUMENTS for OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla, CA 92037 June 11, 2014

TABLE OF CONTENTS PAGES TABLE OF CONTENTS 1 PART I: ADVERTISEMENT FOR OF 2 CM/CONTRACTORS PART II: GENERAL 8 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: QUESTIONNAIRE 42 PASS/FAIL (CM/CONTRACTORS) Level I Prequalification Page 1 of 1 Table of Contents UCSD Rev.01/01/11

PART II - GENERAL 1. PROJECT BACKGROUND 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 Outpatient Pavilion project. The University desires to retain a contractor through competitively bidding the Project, to provide Pre- Construction Services during the Project design development and 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. Subcontract work shall be procured by Design-Build, Design-Assist, and Design-Bid-Build methods. The CM/Contractor shall provide a Guaranteed Maximum Bid (GMB) for the sum of all trade bids and general requirements. The curtainwall system, fire protection, and elevator subcontractors shall be procured via Design-Build and the mechanical and electrical contractors shall be procured via Design-Assist. All other subcontractors will be procured via Design-Bid-Build. 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 UCSD 10/14/03 Page 1 of 8 GENERAL INFORMATION FOR

5. GENERAL DESCRIPTION OF WORK The Outpatient Pavilion project comprises approximately 140,000 ogsf OSHPD-3 compliant outpatient and clinical facility to accommodate hospital-licensed services and programs in support of the Jacobs Medical Center. This facility will serve as a platform to improve outpatient care delivery at UC San Diego by housing disease-specific centers consolidating all outpatient, ancillary, professional, and support services needed to treat specified conditions. The design of the project is in the schematic design phase. The successful CM/Contractor will be responsible for Construction Management services during the preconstruction phase. The CM/Contractor will provide these pre-construction services including construction cost analysis, estimates of the cost of the work, reconciling CM/Contractor s estimates with the University s designer s estimates, verifying 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, 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. The CM/Contractor shall prepare and submit a Guaranteed Maximum Bid (GMB) cost of the work. The University intends to utilize University s owner-controlled insurance program (UCIP) for this project and e-builder capital program and project management. CM/Contractor procures major subcontractors during Phase I Pre-construction Services, to assist with the completion of the design, prepare submittals, shop drawings, and BIM models, prior to the start of Phase 2 Construction Option. The entire work of the subcontractors for both pre-construction and construction phase services is competitively bid and is structured as a two-part contract in the same manner as the CM/Contractor s contract with the University. In the case of design assist, these subcontractors become the peer reviewers with the executive design professional remaining the designer of record. In the case of design build subcontractors, the executive design professional becomes the peer reviewer and the design build subcontractors become the designers of record. PROCUREMENT OF SUBCONTRACTORS DURING PRE-CONSTRUCTION SERVICES 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. The CM/Contractor, after authorization by the University, will competitively bid the various Bid Packages representing the Construction Work required to complete the Project. At the mid-point of the Design Development stage of the design, the UCSD 10/14/03 Page 2 of 8 GENERAL INFORMATION FOR

CM/Contractor is to begin procuring the major trades as follows. The curtainwall system, fire protection, and elevator subcontractors shall be procured via Design-Build and the mechanical and electrical contractors shall be procured via Design-Assist. All other subcontractors will be procured via Design-Bid-Build at the end of the Construction Documents phase of the design. ESTABLISHMENT OF CM/CONTRACTOR S GUARANTEED MAXIMUM BID COST At the beginning of the Construction Documents stage of the design, The CM/Contractor shall prepare and submit a Guaranteed Maximum Bid (GMB) cost of the work. Utilizing the bids of the Design-Build and Design- Assist subcontractors and estimates for the remaining work, the CM/Contractor shall submit a GMB which includes the CM/Contractor s Option Sum Phase 2 Bid, and all subcontractors, suppliers, and vendors, and all project General Requirements and Project General Conditions to complete the entire work. The University and the CM/Contractor shall establish a mutually agreed GMB at that time. The established GMB must be within range of the Anticipated Value of the work and the Maximum Anticipated Value of the work specified in the CM/Contractor Level II Prequalification and Bid documents. THE USE OF THE GUARANTEED MAXIMUM BID COST Prior to Exercising the Phase 2 Construction Option of the Contract, the CM/Contractor shall submit a Bid Certification of the cost of the work. The University has the right to exercise the construction phase of the work for the amount of the GMB cost. If the Bid Certification of the cost of the work is lower than the CMB, the savings will be used for the mutual benefit of the project. 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: $65,000,000. 6. PROCESS On Wednesday, June 11, 2014, 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 Contracting Opportunities and Work Available for Bid and click on this project. Scroll to the bottom of the page to access and open the Prequalification Documents. The University will prequalify a maximum of six (6) of the most qualified CM/Contractors based on the Level I Prequalification Questionnaire. UCSD 10/14/03 Page 3 of 8 GENERAL INFORMATION FOR

Level I Prequalification Questionnaires (hard copies with flash drive) 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 TUESDAY, JUNE 17, 2014, at 10:00 A.M., at Facilities Design and Construction, 10280 N. Torrey Pines Rd., Suite 465, La Jolla, CA 92037. Campus maps can be found at http://maps.ucsd.edu. 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., TUESDAY, JUNE 24, 2014. 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. UCSD 10/14/03 Page 4 of 8 GENERAL INFORMATION FOR

The University contact person is Ken Seuberling, Principal Architect (858) 822-4993 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 4:00 P.M., TUESDAY, JUNE 17, 2014. 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. 7. EVALUATION OF SUBMITTALS AND ADVANCEMENT TO LEVEL II OF THE PREQUALIFICATION PROCESS Level I 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 $65,000,000, 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. UCSD 10/14/03 Page 5 of 8 GENERAL INFORMATION FOR

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 $50,000,000 per project or a total of $200,000,000 for the projects submitted. The projects submitted must demonstrate experience with projects of this size, with preferences towards outpatient clinical medical facilities. A comparable project is defined as a medical facility with a minimum construction amount of $50,000,000. A comparable project is further defined as one of the following: OSHPD-3 compliant clinic facility Outpatient diagnosis and treatment that includes ambulatory surgery, imaging, rehab, and various clinic uses Hospital or clinical medical facility Other facilities that contain a high degree of technical/aesthetic complexity and Such projects should have possessed the following pre-construction services: Scheduling of pre-construction and preliminary construction activities Constructability reviews to confirm bid documents complete and correct for accurate bidding Cost estimating including estimating for early trade bids Bid packaging for complete scope and maintaining subcontractor interest Prequalification and bidding of specified trades at the end of the Design Development Phase Mechanical, Electrical and Plumbing trades being procured as design assist subcontractors Glass & Glazing (enclosure), Fire Protection, and Elevator trades being procured as design build subcontractors Ability to develop and maintain a Guaranteed Maximum Bid (GMB) price at the early Construction Documents phase and maintain that price thru the end of Contract Phase 1 Pre-construction UCSD 10/14/03 Page 6 of 8 GENERAL INFORMATION FOR

Such projects should include a minimum of the following construction challenges: Urban site with limited construction and staging areas Environmentally sensitive surroundings Concrete and/or steel frame construction Metal panel and/or glass curtain wall systems and/or stone-clad wall systems Project complexity requiring tracking of multiple functions and phases New buildings requiring proactive and innovative solutions due to unknown and/or unforeseen field conditions Project complexity requiring construction management services LEED Silver certified or higher Lean/integrated processes BIM Relocation of major site utilities 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 (1) 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, and a minimum of two (2) projects with experience in design build and design assist subcontracting. 7. Submission of complete information regarding Current Projects for the Regents of the University of California. 8. Submission of complete information regarding Past Projects for the Regents of the University of California. 9. Demonstration of minimum Field Staff Professional Capabilities: Proposed Project Executive, Proposed Senior Project Manager, Proposed General Project Superintendent, and Proposed Project Superintendent must demonstrate experience on comparable projects. Proposed Project Engineers must demonstrate experience on similar projects. In addition, demonstration of professional capabilities, including demonstrated experience on comparable projects, of the proposed Pre- Construction Manager is required. 10. Additional CM/Contractor Requirements: submission of computer resources, project scheduling, project management, e-mail capability and web based construction management programs. UCSD 10/14/03 Page 7 of 8 GENERAL INFORMATION FOR

11. Submission of Construction Safety Program. 12. Submission of Quality Control/Quality Assurance Program. 13. Submission of Business Construction Revenue Data: demonstration of annual business construction revenue of at least $75,000,000 for each and every one of the last five consecutive years, 14. Submission of complete Mediation, Arbitration and Litigation History (both current and resolved claims). 15. 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. 16. Submission of Pre-Construction Services Budget Information. 17. Subcontracting plan for underutilized businesses. (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 annual Business Construction Revenue of totaling $75,000,000 for each and every one of the last five consecutive years. UCSD 10/14/03 Page 8 of 8 GENERAL INFORMATION FOR

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. 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 9 of 8 GENERAL INFORMATION FOR

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: Wednesday, June 11, 2014 at 1:00 PM Tuesday, June 17, 2014 at 10:00 AM Tuesday, June 17, 2014 at 4:00 PM Tuesday, June 24, 2014 at 4:00 PM Wednesday, July 1, 2014 (Tentative) Part II Page 1 Prequalification Schedule