LEVEL 1rmp-public.ucsd.edu/fdc/Job Bids/5149 D…  · Web view · 2017-12-22design and innovation...

74
DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770 UNIVERSITY OF CALIFORNIA, SAN DIEGO PREQUALIFICATION QUESTIONNAIRE For DESIGN AND INNOVATION BUILDING UNIVERSITY OF CALIFORNIA, SAN DIEGO PROJECT NUMBER 5149/A4L-462/962770 SUBMITTED BY: < please enter your company name here > UNIVERSITY OF CALIFORNIA, SAN DIEGO CAPITAL PROGRAM MANAGEMENT (CPM) 10280 NORTH TORREY PINES ROAD LA JOLLA, CA 92037 ISSUE DATE: DECEMBER 21, 2017 MANDATORY PREQUALIFICATION MEETING: JANUARY 10, 2018 SUBMITTALS DUE: JANUARY 19, 2018 CM @ Risk (Best Value) Level I Prequalification Questionnaire CM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17) Page 1 of 74

Transcript of LEVEL 1rmp-public.ucsd.edu/fdc/Job Bids/5149 D…  · Web view · 2017-12-22design and innovation...

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

PREQUALIFICATION QUESTIONNAIREFor

DESIGN AND INNOVATION BUILDING

UNIVERSITY OF CALIFORNIA, SAN DIEGO

PROJECT NUMBER 5149/A4L-462/962770

SUBMITTED BY:

< please enter your company name here >

UNIVERSITY OF CALIFORNIA, SAN DIEGOCAPITAL PROGRAM MANAGEMENT (CPM)

10280 NORTH TORREY PINES ROADLA JOLLA, CA 92037

ISSUE DATE: DECEMBER 21, 2017 MANDATORY PREQUALIFICATION MEETING: JANUARY 10, 2018

SUBMITTALS DUE: JANUARY 19, 2018

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 1 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

LEVEL IPREQUALIFICATION QUESTIONNAIRE

ForDESIGN AND INNOVATION BUILDING

UNIVERSITY OF CALIFORNIA, SAN DIEGO

(Where a time period is given, such as the last ten [10] years, the period is to be measured backwards from the date this Level I prequalification questionnaire is required to be submitted to the University of California at San Diego.)

Note: Submission of an incomplete and/or unclear Level I Prequalification Questionnaire may result in the determination of the prospective Construction Manager/Contractor (CM/Contractor) as NON-PREQUALIFIED.

SPECIAL NOTE TO CM/GC PROPOSERS: This Request for Qualifications contains significant elements and areas of emphasis not always found in CM/GC Request for Qualifications (RFQ) from The University of California, San Diego. Proposers are advised to carefully read the entire RFQ to ensure they understand the expectations and evaluation process to be used in the selection of the CM/GC on this project.

SUBMITTED BY: ___________________________________________________________(Name and Title) Printed or Typed

___________________________________________________________(Signature)

___________________________________________________________(Firm Name. If a Joint Venture, state name if JV Entity)

___________________________________________________________(Contact Name)

___________________________________________________________(Address)

___________________________________________________________(City, State, Zip Code)

________________________ ________________________ (Telephone Number) (Facsimile Number)

___________________________________________________________(E-mail Address)

Each prospective CM/Contractor must have the following California General Building Contractor’s License, License Code: B, current, active and in good standing with the California Contractor’s State License Board on the date and time of the Prequalification Questionnaire submittal is due and must submit this Prequalification Questionnaire with all portions completed, including required attachments.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 2 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

Each prospective CM/Contractor must answer all of the following questions and provide all requested information, where applicable. Any prospective CM/Contractor failing to do so may be deemed to be not responsive and not responsible with respect to this Prequalification at the sole discretion of the University. Each prospective CM/Contractor must submit six (6) printed sets and one (1) flash drive with complete submittal of the questionnaire.

All CM/Contractors which 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 is not appealable within the University of California system.

All information submitted for Prequalification evaluation will be considered official information acquired in confidence, and the University will maintain its confidentiality to the extent permitted by law.

It is critical that the prospective CM/Contractor fills out all information required accurately, completely, truthfully, and to the best of their knowledge. Ambiguous or incomplete information may lead to an unfavorable rating and subsequent status as non-prequalified.

WHERE NECESSARY, COPY THE FORMS IN THIS PACKAGE. USE ONLY THESE FORMS.

1. PREQUALIFICATION DECLARATION

I, _______________________________________________, hereby declare that I am the(Printed Name)

_________________________________ of ____________________________________(Title) (Name of Firm)

Submitting this Prequalification Questionnaire; that I am duly authorized to sign this Prequalification Questionnaire on behalf of the above named firm; and that all information set forth in this Prequalification Questionnaire and all attachments hereto are, to the best of my knowledge, true, accurate and complete as of its submission date.

The undersigned declares under penalty of perjury that all of the prequalification information submitted with this form is true and correct and that this declaration was executed in

________________________________ (County), __________________________, (State)

on ______________________________ (Date).

____________________________________(Signature)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 3 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

2. ATTENDANCE AT MANDATORY LEVEL I PREQUALIFICATION CONFERENCE

Did a representative of your firm attend the Mandatory Level I Prequalification Conference at East Campus Office Building, University of California, San Diego, La Jolla, CA 92037?

YES NO

Name/names of those attending:

Date Meeting Attended:

3. LICENSE

A. Does your firm hold the following California contractor's license, which is current, valid, and in good standing with the California Contractor's State License Board?

License Classification: B – General Building Contractor

YES NO

1. If the entity submitting this prequalification questionnaire is a Joint Venture, does the Joint Venture entity itself currently hold a (B – General Building Contractor) California contractor's license, which is current, valid, and in good standing with the California Contractor's State License Board?

YES NO N/A

B. Provide the following information about your firm's contractor's license:

1. Name of license holder exactly as on file with the California Contractor's State License Board:

2. License Classification:

3. License Number:

4. Date Issued:

5. Expiration Date:

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 4 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

C. Is your firm currently registered with the California Department of Industrial Relations pursuant to California Labor Code Section 1725.5 and 1771.1?

YES NO

If “Yes,” provide Public Works Contractor Registration Number: __________________

If currently not registered, it will be required that Contractor and all Subcontractors, regardless of tier be registered at time of bid.

D. Can you truthfully state that your firm's contractor's license has never been suspended or revoked by the California Contractor's State License Board within the last five (5) years?

YES NO

If answer is “No,” explain on attached additional sheets.

If the entity submitting this prequalification questionnaire is a Joint Venture, can the Joint Venture entity truthfully state that no member of the Joint Venture has ever had their firm's contractor's license suspended or revoked by the California Contractor's State License Board?

YES NO N/A

If answer is “No,” explain on attached additional sheets.

E. Has a complaint ever been filed with the Contractor’s State License Board against your company that required a formal hearing or inquiry?

YES NO

4. SURETY

Prospective CM/Contractor desiring to be prequalified are informed that they will be subject to and must fully comply with all fee bid conditions including 100% payment and 100% performance bonds.

Prospective CM/Contractor shall submit the below form, signed by representative of surety and notarized. If firm has used current surety for less than ten years, list surety(ies) previously used and indicate number of years used to demonstrate ten (10) complete years of surety history.

A. Is the surety to be used 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?

YES NO

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 5 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

B. Is the prospective CM/Contractor able to obtain bonding up to and including the cost for this construction contract estimated at $41,000,000 of which no more than 50% is currently committed to other projects?

YES NO

1. If the entity submitting this prequalification questionnaire is a Joint Venture, is the Joint Venture entity itself able to obtain bonding up to and including the cost for this construction contract estimated at $41,000,000 of which no more than 50% is currently committed to other projects?

YES NO N/A

C. Is it true that the surety has not paid out any monies for the construction activities of the prospective CM/Contractor whatsoever within the last ten (10) years?

YES NO

If answer is “No,” explain on attached additional sheets.

1. If the entity submitting this prequalification questionnaire is a Joint Venture, is it true that the surety has not paid out any monies for the construction activities of any member of the Joint Venture within the last ten (10) years?

YES NO N/A

D. How long has the Prospective CM/Contractor been with this surety? years

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 6 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

E. Surety Declaration:

Provide this Declaration of your surety (ies) for completion. Do not have the surety submit this information directly to the University.

The undersigned declares under penalty of perjury that all of the above surety information is true and correct and that this declaration was executed in

County, California, on (date).

(Signature)

(Name and Title - Printed or Typed)

(Representing [Surety Name])

(Firm Name)

(Address) (City, State, Zip Code)

_______________________________________________________________________________________________________(Telephone Number) (Facsimile Number)

(Email Address)

(ATTACH NOTARIZATION of SURETY REPRESENTATIVE’S SIGNATURE)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 7 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

5. INSURER

Prospective CM/Contractor desiring to be prequalified are informed that they will be subject to and must fully comply with all fee bid conditions including the following insurance coverage and associated limits.

Prospective CM/Contractor shall submit the below form, signed by representative of insurer and notarized. If firm has used current insurer for less than ten years, list insurer(s) previously used and indicate number of years used to demonstrate ten (10) complete years of insurer history.

A. Is the insurer to be used 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)?

YES NO

Indicate Best Rating:

Indicate Best Financial Classification:

B. Is the prospective CM/Contractor able to obtain insurance in the following limits for each of these construction contracts?

YES NO

1. If the entity submitting this prequalification questionnaire is a Joint Venture, is the Joint Venture entity itself able to obtain insurance in the following limits for each of these construction contracts?

YES NO N/A

MinimumComprehensive or Commercial Form General Liability Insurance - Limits of Liability RequirementEach Occurrence - Combined Single Limit for Bodily Injury and Property Damage $5,000,000Products - Completed Operations Aggregate $10,000,000Personal and Advertising Injury $5,000,000General Aggregate - Not Applicable to Comprehensive Form $10,000,000

Business Automobile Liability Insurance - Limits of LiabilityEach Accident - Combined Single Limit for Bodily Injury and Property Damage $2,000,000

Professional Liability InsuranceEach Occurrence $2,000,000Aggregate $2,000,000

C. How long has the Prospective CM/Contractor been with this insurer? ____ years

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 8 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

D. Insurance Declaration:

Provide this Declaration to your insurance carrier for completion. Do not have the carrier submit this information to the University.

The undersigned declares under penalty of perjury that all of the above insurer information is true and correct and that this declaration was executed in

County, California, on (date).

(Signature)

(Name and Title - Printed or Typed)

(Representing [Insurer Name])

(Firm Name)

(Address) (City, State, Zip Code)

(Telephone Number) (Facsimile Telephone Number)

(Email Address)

(ATTACH NOTARIZATION of INSURER REPRESENTATIVE’S SIGNATURE)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 9 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

6. PRECONSTRUCTION AND CONSTRUCTION EXPERIENCE

Submit Project Data on a minimum of three (3) and a maximum of five (5) comparable projects successfully completed within the last ten (10) years constructed in the United States of America one of which was constructed in the State of California.

A comparable project is defined as having a construction cost at the bid date of at least $30,000,000, one of the following example building types:

Multi-Disciplinary Instruction and Research Innovation and entrepreneurism and Design Research and outreach Office and conferencing Restaurant and multi-function spaces Proto-typing maker spaces Other facilities that contain a high degree of technical/aesthetic complexity and

Such projects should have possessed the following preconstruction services:

Scheduling of preconstruction and preliminary construction activities Early participation of Project Partners, (Owner representatives, Architect & sub-

consultants, CM/GC and subcontractors), actively working with the Owner and Architect as Project Partners during the Design and Construction Documents Phases prior to construction

Constructability reviews to confirm bid documents complete and correct for accurate bidding

CM/GC responsible for providing necessary consulting expertise to the Owner to ensure that the program scope is maximized and the construction budget and the project schedule are met

Early procurement of major subcontractors, (including but not limited to mechanical and electrical), in order for them to provide preconstruction services

CM/GC collaborated in the development of a Cost Model that will establish the initial budget parameters and controls for all of the project components and systems

Cost estimating including estimating for early trade bids Bid packaging for complete scope and maintaining subcontractor interest 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 – Preconstruction

Demonstrated ability to work with designers as in a design/build contract

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 10 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

Such projects should have possessed 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/additions 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

Two (2) of the projects submitted must include experience as CM/Contractor providing both preconstruction services and acting as General Contractor during construction phase on the same project, and a minimum of two (2) projects with experience in design build and design assist subcontracting.

A. If the entity submitting this prequalification questionnaire is a Joint Venture, the Joint Venture entity itself must demonstrate adequate previous construction experience. Joint Venture teams newly formed to pursue this prequalification opportunity are not eligible for Level I prequalification.

B. Listed projects must have been managed and constructed under the business name submitted for Level I prequalification. Projects completed by employees for former employers are not acceptable.

C. Submit the following Project Data Sheets for each project submitted as evidence of your firm's CM/Contractor experience.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 11 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

PROJECT DATA SHEET (A separate sheet must be prepared for each project submitted.)

GENERAL INFORMATION

1. Project Name: _________________________________________________________________

2. Project Location: ___________________________________________________________

3. Project Description: ___________________________________________________________

4. Size (gross sq. ft.): ____________

5. Name of contractor that held construction contract:

6. If the entity submitting this prequalification questionnaire is a Joint Venture, did the Joint Venture entity itself construct and manage this project?

YES NO N/A

7. Type of construction contract:

Design Bid Build (DBB)Design Build (DB)Construction Manager at Risk (CMAR)Other (specify)

8. How is this project’s building type comparable to the DESIGN AND INNOVATION project?

9. How is this project’s contractor provided preconstruction services comparable to the DESIGN AND INNOVATION project?

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 12 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

10. Was the project completed within budget?

Cost At Bid: $

Cost At Completion: $

Explanation: _________________________________________________________________

11. Was construction begun and completed within the last ten (10) years?

YES NO

12. Was the project completed within the original contract time or the adjusted contract time?

YES NO

If completion did not occur within the original or the adjusted contract time, indicate elapsed time in whole calendar days between original or adjusted contract time and actual final completion. For projects that have not reached final completion, indicate current status with respect to contract time:

13. Did the project include occupied facilities adjacent to the project?

YES NO

14. Did your firm act as a CM/Contractor during the entire construction phase of this project, providing both preconstruction services and acting as General Contractor during the construction phase for this project? (At least two of the submitted projects must have included preconstruction services as the CM/Contractor.)

YES NO

15. Was the project for a university or public institution?

YES NO

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 13 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

PRECONSTRUCTION SERVICES

16. Describe how the preconstruction schedule was developed and maintained and how this schedule was converted into the construction base line schedule.

17. Describe the scope and completeness of the constructability review that was performed on this project and how it was updated and reported.

18. Describe how the estimates were prepared and updated, how these were used to develop the cost model supporting target value design.

19. Describe how quality control was maintained throughout the design phase.

20. What trades were bid early in the design phase of the project and how were these bid prices maintained or revised throughout the design phase?

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 14 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

21. Did this project include an initial Guaranteed Maximum Price (GMP) similar to the Guaranteed Maximum Bid (GMB) required for the DESIGN AND INNOVATION project?

YES NO

22. How did your firm work with the designers as a design/build contractor?

CONSTRUCTION CHALLENGES

23. Describe the project challenges that this project had in common with project:

24. Briefly describe the MEP systems designs on this project:

25. What level of LEED did this project achieve?

26. What level of Building Information Modeling, i.e. trades/disciplines modeled?

27. What role did the project’s designers play in modeling the project?

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 15 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

28. What role did your firm play in modeling the project?

29. Describe the methods used to prepare project schedule during preconstruction and maintain the project schedule during construction:

30. Describe the methods used to establish the project during preconstruction and maintain the project budget during construction:

31. Describe the methods used to establish and enforce the quality controls on the project during preconstruction and construction:

32. Describe the methods used to establish safety standards during preconstruction and enforce the safety standards on the project during construction:

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 16 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

33. What strategic decisions did your firm contribute to the project which supported the project’s success (e.g. value engineering, phasing, innovation, new technology, etc.)?

34. What communications strategies were used by your firm to assist the project team in mitigating the impacts of construction on the adjacent occupied facilities?

35. What strategies did your firm use to adjust and/or correct for slippage in the critical path schedule?

36. Did the project include California State Fire Marshal review and approval (planning, scheduling and obtaining State Fire Marshal approval of materials, shop drawings, and systems testing)?

YES NO

37. Did the project include California Division of State Architect Handicapped Accessibility Compliance review and approval?

YES NO

38. Did the project include USGBC LEED requirements/certification or their equivalent?

YES NO

If answer is “Yes,” explain: _______________________________________________________

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 17 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

39. Did the Owner assess any back-charges?

YES NO

If answer is “Yes,” explain:_______________________________________________________

40. Did the Owner assess any liquidated damages?

YES NO

If answer is “Yes,” explain: ______________________________________________________

41. Describe your firm's claim-avoidance strategy and/or philosophy:

42. Provide the names, positions held, and qualifications of the key preconstruction and construction team members on this project

43. Did your firm self-perform any of the work?

YES NO

If “Yes,” please specify the trades you self-performed or have the capability to self-perform:

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 18 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

Client Firm Name:

Client Contact: Title:

Client Address:

Client City: State: _____Zip:

Client Phone: ( ) Fax: ( )

Client E-mail Address:

Architect/Engineer/Consultants:

Architect/EngineerContact Name: Phone:

Architect/EngineerE-mail Address:

(Attach additional pages with other pertinent project information as necessary.)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 19 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

7. PROJECTS FOR THE REGENTS OF THE UNIVERSITY OF CALIFORNIA

Submit the following Current Projects for The Regents of the University of California Project Data Sheet for each current project (regardless of project delivery strategy) between your firm and The Regents of the University of California. If none, indicate none (do not leave blank).

PROJECTS FOR THE REGENTS OF THE UNIVERSITY OF CALIFORNIA

PROJECT DATA SHEET (A separate sheet must be prepared for each project submitted.)

1. Project Name:

2. Project Location (which campus?):

3. Type of Facility: _____________________________________________________________

4. Project Delivery Method (e.g., Design Build, CM at Risk, Design Bid Build, other.)

5. Business name of entity which held the construction contract for this project:

6. Were preconstruction services required by this contract? If so describe

7. Project Description:

8. Size (gross sq. ft.):

9. Current Project Status:

10. Anticipated or Actual Completion Date:

11. Description of Firm’s Performance On Project:

a. With Respect To Time:

b. With Respect To Budget:

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 20 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

12. For any differing amount between cost to date and cost at bid, distribute the sources and/or causes of these changes into the following categories:

Document Problems: $ Unforeseen Conditions: $ Owner Generated Scope: $ Regulatory Agency: $ Other: $

13. If the entity submitting this prequalification questionnaire is a Joint Venture, is the Joint Venture entity itself performing this project?

YES NO N/A

UC Client Contact: Title:

UC Client Phone: ( ) Fax: ( )

UC Client E-mail Address:

Architect/Engineer/Consultants:

Architect/EngineerContact Name: Phone:

Architect/EngineerE-mail Address:

(Attach additional pages with other pertinent project information as necessary.)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 21 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

8. STAFF EXPERIENCE

The Project Manager, and Project Superintendent listed will be considered qualified only if he/she has successfully completed at least two (2) comparable projects under a CM/Contractor Construction Contract, either public or private.

A. CM/Contractor hereby commits as a minimum to assignment of the specific field staff as outlined below. Interviews with these individuals will take place during Level II of the Prequalification. CM/Contractor to submit a complete staffing chart as part of this package.

One Project Executive (part-time) during preconstruction and constructionThe Project Executive will be on site part-time for construction (i.e. Option Phase 2) and on site for construction meetings.

One Project Manager (full-time on site) during constructionThe CM/Contractor will assign one Project Manager assigned to oversee, manage and coordinate the overall project as a whole. The magnitude and complexity of the project will necessitate that this position manage the entire construction process. This position will need to be involved with all aspects of the project including but not limited to all preconstruction scheduling and budgeting meetings, overall construction process development and execution, multi-staff operation management and coordination. The Project Manager will take the lead position in all architect and University issues including overall contract administration, constructability and logistic reviews, RFI, RFP and contract change order negotiations, campus and community relations. The Project Manager will maintain the point position on behalf of the general contractor and will be the key person in charge guiding the construction development process to successful closure, both budget wise and schedule wise.

One Project Superintendent (full-time on site) during constructionThe CM/Contractor will assign one Project Superintendent to manage, coordinate and facilitate the field supervision staff for each of the various components of the project construction process. The major function of this position will be in addition to the normal superintendent’s daily workload, subcontractor interaction and production, and various field related coordination issues.

Preconstruction Manager and staff during preconstruction. The CM/Contractor will assign a Preconstruction Manager and key staff, including the proposed design manager, assigned to oversee, manage and coordinate the preconstruction services listed in Part 6 of this Questionnaire This position will need to be involved with all aspects of the project. The Preconstruction Manager will maintain the point position on behalf of the general contractor and will be the key person in charge guiding the preconstruction project development.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 22 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

Three Project Engineers (full-time on site) during constructionThe Project Engineer shall perform Information Management, Quality Control duties, and MEP/BIM coordination.

One Clerical Assistant/Receptionist (full-time) during construction

B. At the time of fee bid, the successful CM/Contractor will be required to reconfirm staff assignments to the project based on this submittal. If any of the named staff submitted are no longer employed by the firm at the time the project starts, or are otherwise unavailable, the firm's fee bid may be considered non-responsive. Substitution of other individuals with equivalent experience may be considered by the University, however, resumes; comparable project history and other relevant information must be submitted to the University prior to the determination of the fee bid results.

C. Project ManagementThe CM/Contractor shall keep on the job throughout its duration a competent Project Manager and Project Superintendent, all of whom must be satisfactory to the University. The Project Manager and Project Superintendent, shall be the same individuals proposed by the CM/Contractor during the procurement process for this project. The Project Manager shall represent the CM/Contractor, and all communication given to the Project Manager shall be as binding as if given to the CM/Contractor. The CM/Contractor shall not change either the Project Manager or the Project Superintendent on the project from those originally proposed for the project without the prior written consent of the University. The University will only grant written consent for such change in the case of undue hardship on the individual or if the Project Manager and Project Superintendent shall leave the employ of the CM/Contractor.

By submitting a proposal for this project, the CM/Contractor agrees to pay a training fee of $50,000 should they change Project Executive, Project Manager, Project Superintendent or Preconstruction Manager without the written consent of the University.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 23 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

D. Part-Time Project Executive: DESIGN AND INNOVATION Project

1. The name of the specific Project Executive to be committed to this project on a part-time basis and continuously retained throughout this project is:

(Attach resume)

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Project Executive named above was assigned to the following comparable projects for which data sheets have been included in this questionnaire:

Project: Construction Cost:

a.

b.

c.

6. The Project Executive named above worked on the following similar projects that are described in the attached resume:

a.

b.

c.

E. Full-Time Project Manager: DESIGN AND INNOVATION Project(Note: This individual will be required to attend the Level II interview)

1. The name of the specific Project Manager to be committed to this project on a full-time basis and continuously retained throughout this project is:

(Attach resume)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 24 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Project Manager named above was assigned to the following comparable projects for which data sheets are included in this questionnaire:

Project:

a.

b.

c.

6. The Project Manager named above worked on similar projects that are described in the attached resume:

a.

b.

c.

G. Full-Time Project Superintendent: DESIGN AND INNOVATION Project(Note: This individual will be required to attend the Level II interview)

1. The name of the specific Project Superintendent to be committed to this project on a full-time basis and continuously retained throughout this project is:

(Attach resume)

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Project Superintendent named above was assigned to the following comparable projects for which data sheets have been included in this questionnaire:

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 25 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

Project:

a.

b.

c.

6. The Project Superintendent named above worked on similar projects that are described in this attached resume:

a.

b.

c.

H. Preconstruction Manager: DESIGN AND INNOVATION Project(Note: This individual will be required to attend the Level II interview)

1. The name of the specific Preconstruction Manager to be committed to this project during the preconstruction phase and continuously retained throughout this project is:

(Attach resume)

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Preconstruction Manager named above was assigned to the following comparable projects for which data sheets have been included in this questionnaire:

Project:

a.

b.

c.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 26 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

6. The Preconstruction Manager named above worked on similar projects that are described in the attached resume:

a.

b.

c.

7. Provide names and resumes of key member of preconstruction staff:

a.

b.

c.

I. Full-Time Project Engineer #1: DESIGN AND INNOVATION Project(Note: It is optional for these individuals to attend the Level II interview)

1. The name of the specific Project Engineer to be committed continuously to this project:

(Attach resume)

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Project Engineer named above was assigned to the following comparable projects for which data sheets have been included in this questionnaire:

Project:

a.

b.

c.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 27 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

6. The Project Engineer named above worked on similar projects that are described in the attached resume:

a.

b.

c.

J. Full-Time Project Engineer #2: DESIGN AND INNOVATION Project(Note: It is optional for these individuals to attend the Level II interview)

1. The name of the specific Project Engineer to be committed continuously to this project:

(Attach resume)

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Project Engineer named above was assigned to the following comparable projects for which data sheets have been included in this questionnaire:

Project:

a.

b.

c.

6. The Project Engineer named above worked on similar projects that are described in the attached resume:

a.

b.

c.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 28 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

K. Full-Time Project Engineer #3: DESIGN AND INNOVATION Project(Note: It is optional for these individuals to attend the Level II interview)

1. The name of the specific Project Engineer to be committed continuously to this project:

(Attach resume)

2. Total years of experience: years

3. Years at this position: years

4. Years with this firm: years

5. The Project Engineer named above was assigned to the following comparable projects for which data sheets have been included in this questionnaire:

Project:

a.

b.

c.

6. The Project Engineer named above worked on similar projects that are described in the attached resume:

a.

b.

c.

10. ADDITIONAL CONSTRUCTION MANAGER-GENERAL CONTRACTOR REQUIREMENTS

A. If fully prequalified and a successful fee bidder, the CM/Contractor will be required to use the following computer software programs: Microsoft Word Processing, Microsoft Excel Cost Analysis, Primavera Project Planner Project Scheduling, E-Builder Project Management and Control, Outlook Email, and Internet Explorer Web Browser.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 29 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

11. SAFETY PROGRAM

The safety of the CM/Contractor employees, employees of the Design Team and other visitors to the Project are of the utmost importance to the University. The CM/Contractor shall take whatever steps are necessary to maintain a clean and safe work environment for their employees, the employees of their Subcontractors and vendors, and any other visitors to the project.

A. Does your firm have a written Injury and Illness Prevention Program (IIPP) that complies with California Code of Regulations, Title 8, Sections 1509 and 3203?

YES NO

Brief Description: _______________________________________________________

B. Does your firm have a written safety program that meets CAL/OSHA requirements?

YES NO

C. Will your firm have personnel permanently assigned and dedicated to Safety on this project?

YES NO

D. If “Yes,” state the names of all such personnel who will be assigned and individually list their specific duties:

Name, Title Specific Duties___________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ___________________________________

Attach resumes (include certification and safety related training received.)

E. Have you had accidents, which resulted in a construction fatality on any of your projects over the last 2 years?

YES NO

If the answer is “Yes,” please explain.__________________________________________________________________________________________________________________________________

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 30 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

F. Is your firm’s current worker’s Compensation Experience Modification Rate (EMR) is equal to 1.0 or less?

YES NO

Provide your California Worker’s Compensation Modifier for each of the last three (3) years.______________________________________________________________________________________________________________________________________________________________________________________________________

G. Provide EMR verification (regardless of whether EMR is under or over 1) from State of California or from insurance company for the most recently completed year.

H. Has your firm been cited by OSHA in the past 5 years?

YES NO

If the answer is “Yes,” please explain.____________________________________________________________________________________________________________________________________

I. Does your firm have a Small Business/Underutilized Business Outreach Program?

YES NO

If “Yes,” please include a summary of your efforts (up to one [1] page).

12. QUALITY CONTROL/QUALITY ASSURANCE PROGRAM (QC/QA)

A. Does your firm have a written quality control/quality assurance program?

YES NO

B. Will your firm have personnel permanently assigned and dedicated to QC/QA on this project?

YES NO

C. If “Yes,” state the names of all such personnel who will be assigned and individually list their specific duties:

Name, Title Specific Duties___________________________________ ______________________________________________________________________ ______________________________________________________________________ ___________________________________

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 31 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

D. Provide brief description of your Quality Control/Quality Assurance Program:_____________________________________________________________________________________________________________________________________________________________________________________________________________________

E. Describe how your Program will be applied to this project:_____________________________________________________________________________________________________________________________________________________________________________________________________________________

13. BUSINESS CONSTRUCTION REVENUE

For the purposes of this Level I prequalification questionnaire, “business construction revenue” shall be defined as payments to prospective CM/Contractor for construction management preconstruction services, construction management, construction services, and contract prices as a CM/Contractor.

A. Can you truthfully state that your firm has had an average annual business construction revenue of at least $75,000,000 (excluding any and all legal awards) over the last five (5) consecutive years?

YES NO

B. If the entity submitting this prequalification questionnaire is a Joint Venture, can the Joint Venture entity truthfully state that each member of the Joint Venture has had an average annual business construction revenue of at least $75,000,000 (excluding any and all legal awards) over the last five (5) consecutive years?

YES NO N/A

C. What is your total available bonding capacity? $                  

D. Can you provide audited financial statements for the last ten (10) years?

YES NO

If answer is “No,” what type of statements will you provide?______________________

DO NOT INCLUDE FINANCIAL STATEMENTS WITH THIS PREQUALIFICATION QUESTIONNAIRE. THE UNIVERSITY RESERVES THE RIGHT TO REQUEST AUDITED FINANCIAL STATEMENTS AT A LATER DATE.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 32 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

E. List average yearly volume of work for each of the past five (5) years. Revenue and amount of reinvestment income.

YEAR REVENUE/VOLUME REINVESTED INCOME______________ ________________________ ____________________________________ ________________________ ____________________________________ ________________________ ____________________________________ ________________________ ____________________________________ ________________________ ____________________________________ ________________________ ______________________

F. List value of work currently on backlog, with percent complete, as appropriate.

WORK VALUE %COMPLETE________________________________ ___________ ____________________________________________ ___________ ____________________________________________ ___________ ____________________________________________ ___________ ____________________________________________ ___________ ____________________________________________ ___________ ____________

G. What percent of your estimated volume from the next two (2) years would this project represent? _____________ percent.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 33 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

THE FOLLOWING DECLARATION MUST BE SIGNED BY CHIEF FINANCIAL OFFICER OR EQUIVALENT:

I, , hereby declare that I am the

(Printed Name)

of (Title) (Name of Company)

and that all of the information submitted under “Business Construction Revenue” above is true, accurate, and complete as of its submission date.

(Date)

(Signature)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 34 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

14. MEDIATION, ARBITRATION AND LITIGATION HISTORY

A. Separately list all CURRENT AND/OR PENDING disputes. Use #1-6 below to provide the details of each incident.

pursued via mediation, arbitration or litigation, initiated within the last fifteen (15) years, in which additional compensation is sought, and/or breach of contract is alleged, and/or indemnity is sought between your firm (or any principal of your firm) and any Owner

1. Project Name:

2. Project Location:

3. Owner/Client Name:

4. Nature of Claim:

5. Dollar Amount of Initial Claim: $

6. Current Status:

B. If your company does not have any incidences or occurrences, please note below.

____________________________________________________________________If “None,” indicate “None,” (DO NOT LEAVE BLANK).

C. Separately list all RESOLVED (SETTLED, ARBITRATED, LITIGATED) disputes:

pursued via mediation, arbitration or litigation, resolved within the last fifteen (15) years, in which additional compensation was sought, and/or breach of contract was alleged, and/or indemnity was sought between your firm (or any principal of your firm) and any Owner

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 35 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

1. Project Name:

2. Project Location:

3. Owner/Client Name:

4. Nature of Claim:

5. Dollar Amount of Initial Claim: $

6. Dollar Amount of Final Settlement: $

7. Year Resolved (if settled)

8. Final Status:

D. If your company does not have any incidences or occurrences, please note below.

________________________________________________________________If “None,” indicate “None,” (DO NOT LEAVE BLANK).

15. (NOT USED)

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 36 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

16. DISCIPLINARY MEASURES HISTORY

A. Can you truthfully state that your firm has not been disqualified or barred from doing business with a public agency (e.g., federal, state, county, city, University of California System, California State University System, etc.) within the last fifteen (15) years?

YES NO

1. If the entity submitting this prequalification questionnaire is a Joint Venture, can the Joint Venture entity truthfully state that no member of the Joint Venture has been disqualified or barred from doing business with a public agency (e.g., federal, state, county, city, University of California System, California State University System, etc.) within the last fifteen (15) years?

YES NO N/A

17. PRECONSTRUCTION SERVICES Preconstruction Services will be required. These services may include:

Service Position/Title Hourly Rate BudgetEarly Participation of Project PartnersCompletion of Construction DocumentsDesign DeliverablesCost EstimatingSchedulingProcurement of Subcontractors During Preconstruction ServicesContractor Design Build and Design Assist Coordination ServicesConstructability ReviewValue Engineering ReviewEstablishment of CM/Contractor’s Guaranteed Maximum Bid (“GMB”) CostCM/Contractor Bid Phase ServicesTotalTotal as % of Estimated Project Value of $41,000,000

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 37 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

Definitions of preconstruction services for the DESIGN AND INNOVATION project.

PROJECT CONTROL/ESTIMATING:The CM/Contractor shall actively participate as a Project Partner with the Owner and Architect during the Schematic Design Phase through the Construction Documents Phase prior to construction. As used here and throughout this RFQ the term “Project Partners” refers to all of the Owners internal stakeholders and external consultants, the Architect and their sub-consultants, and the CM/Contractor and their subcontractors. The CM/Contractor shall be responsible for providing the necessary consulting expertise to the Project Partners to ensure that the program scope is maximized and the construction budget and schedule are met.

EARLY PARTICIPATION OF PROJECT PARTNERS:Key Subcontractor Project Partners will be procured to join the project team as early as possible. The Owner intends to contract with the CM/Contractor for preconstruction services at the commencement of the design (approximately 20% Schematic Design). The University expects that the CM/Contractor will contract with key subcontractors, (including but not limited to mechanical and electrical and), during the Preconstruction Phase of the project in order for them to provide preconstruction services.

COMPLETION OF CONSTRUCTION DOCUMENTS:During the Preconstruction Phase, certain subcontractors, (mechanical and electrical and potentially others), will perform detailing and coordination of the Construction Documents, complete coordinated shop fabrication and field installation drawings, (incorporated into the BIM model), all in lieu of the traditional complete construction documentation prepared by the Executive Design Professional.

DESIGN DELIVERABLES:As the design progresses, the content, format schedule and review process of the design deliverables will be established by the Project Partners in accordance with the needs of the project. In this effort, the Project Partners shall be guided by the principles of eliminating waste, minimizing cost, maximizing efficiency, and achieving the University’s program and quality objectives.

COST ESTIMATING:Early in the design phase, the CM/Contractor, Architect, and the University will collaborate in the development of a Cost Model that will establish the initial budget parameters and controls for all of the project components and systems. This Cost Model will establish the baseline for all future cost estimating efforts and evaluations of the design against the construction budget. After completion of the initial Cost Model, the CM/Contractor (with subcontractor support, will be the primary estimator for the project). The CM/Contractor will be expected to actively interface with the design team and University as the design progresses, providing real-time continuous cost estimating services for evaluation against the Cost Model, to assure that the project remains of budget.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 38 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

SCHEDULINGThe CM/Contractor shall prepare a comprehensive critical path schedule, Initial Contract Schedule, showing all Project related construction activities; including sequencing and durations for work tasks of the Subcontractors. The Initial Contract Schedule shall be able to be filtered per each Subcontractor to illustrate their planned basic construction sequence and interface with other Subcontractors. The Initial Contract Schedule shall identify the proposed Bid Packages the CM/Contractor recommends as appropriate to complete the Work per the Contract Documents and Contract Time. In the preparation of the Initial Contract Schedule, the CM/Contractor shall investigate the procurement lead-time required for delivery of time-critical items and incorporate these into the Initial Contract Schedule.

The CM/Contractor is expected to provide critical input to the Project Partners in the development of (a) Project’s milestones, and (b) in continuously testing the impact of design on the construction schedule (material availability, long-lead items, and individual Project completion, etc.).

PROCUREMENT OF SUBCONTRACTORS DURING PRECONSTRUCTION SERVICESThe entire work of the Subcontractors for both Preconstruction and Construction Phase Services is competitively bid. Procurement of Subcontractors during preconstruction shall be 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. Design Build Subcontractors will be required to provide industry standard professional liability insurance.

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. CM/Contractor shall submit an early procurement plan and budget for the Design Build and Design Assist Subcontractors. The plan to include the specific preconstruction services proposed for each early procurement subcontractor and the resulting work product required from each. The plan is to include a cost / benefit analysis of the subcontractor preconstruction services proposed. The dollar amount of the early procurement subcontractor preconstruction services will be deducted from the Phase 2 construction cost and the GMB. The CM/Contractor, after authorization by the University, will competitively bid the various Bid Packages representing the Construction Work required to complete the Project.

CONTRACTOR DESIGN BUILD AND DESIGN ASSIST COORDINATION SERVICESManage the Subcontractors’ processes, including coordination with the Design Build Subcontractors, Design Assist Subcontractors, and all other Subcontractors. During the Design Phase, the Design Build Subcontractors will assume the responsibility as Engineers of Record for the work for their respective scopes. The Design Build Subcontractors must be licensed in the State of California as professional engineers to assume the responsibilities of Engineer of Record. The CM/Contractor will be responsible for coordinating the Design Build and Design Assist trades. The University’s Design Professional will

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 39 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

coordinate the overall design process, with the CM/Contractor and its Design Build and Design Assist Subcontractors assuming the role of design consultants during the CD Phases.

The Project is being designed using Building Information Modeling (BIM). The CM/Contractor will be required to manage the Subcontractors’ Design Build and Design Assist processes, including BIM. All document coordination for the Design Build and Design Assist trades will be done in the BIM model. CM/Contractor will use NavisWorks or equal software package to visualize clashes between building components such as, but not limited to structure, concrete (to extent already incorporated), metal framing/insulation/drywall, mechanical, electrical, plumbing, curtainwall, elevator, and fire protection components of the building.

CONSTRUCTABILITY REVIEWThroughout the preconstruction phase of the project, the CM/Contractor shall continuously review the design and perform constructability reviews. Constructability reviews shall include but not be limited to a) comparing and correcting any discrepancies between the specifications and the drawings, b) comparing and correcting and any discrepancies within the drawings and c) review drawings for incomplete or incorrect information necessary for the completion of the Work. CM/Contractor shall regularly report on the constructability review to the Project Partners

CM/Contractor shall schedule and conduct a final constructability formal review on the 100% submitted documents and provide input during the Design Work.

VALUE ENGINEERING REVIEWCM/Contractor shall schedule and take the lead in the University’s Value Engineering Program, which will be conducted at those times appropriate to the phase of the Work indicated in the Value Engineering exhibit. CM/Contractor shall conduct each value engineering session and shall discuss design and related construction issues as required by the agenda of each meeting.

It is the intent that this review provides recommendation to the Project Partners on possible alternate design schemes that could result in a similar final product but at a reduced cost or schedule for the University.

ESTABLISHMENT OF CM/CONTRACTOR’S GUARANTEED MAXIMUM BID (“GMB”) COSTAt the beginning of the Construction Documents Phase of the design, the CM/Contractor shall prepare and submit a Guaranteed Maximum Bid (“GMB”) cost of the Construction Work for this Project. Utilizing the bids of the Design Build and Design Assist subcontractors and estimates for the remaining Work, the CM/Contractor shall submit a GMB to the University which includes the CM/Contractor’s Option Sum Phase 2 Bid, and the cost of the Work to be performed by all Subcontractors, suppliers and vendors, and the cost of all Project General Requirements and Project General Conditions to complete the Construction Work for the Project. After the CM/Contractor has prepared and submitted a GMB to the University in accordance with the foregoing terms, the University and the CM/Contractor shall establish a mutually agreed upon GMB. The mutually agreed GMB shall be within the range of the Anticipated Value of the Work (“AVW”) and the Maximum Anticipated Value of the Work (“MAVW”) specified in the CM/Contractor Level II Prequalification and Bid documents. The GMB shall not exceed the MAVW. In the event that the GMB does not comply with the foregoing conditions, the University may, in its sole discretion and in addition to other remedies specified herein

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 40 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

and allowed pursuant to the Contract Documents, choose not to exercise its Phase 2 Construction Option under the Contract.

USE OF THE GUARANTEED MAXIMUM BID (“GMB”) COSTThe University shall not exercise its Phase 2 Construction Option under the Contract unless and until the CM/Contractor submits a Bid Certification to the University for the cost of the Construction Work for the Project, which shall be based upon the bids received by the CM/Contractor from Subcontractors for the Bid Packages for the Construction Work. The University shall have the right to rely on the GMB, and the right to exercise the construction phase of the work for the amount of the GMB cost. If the Bid Certification cost exceeds the GMB, the University may in its sole discretion and in addition to other remedies specified herein and allowed pursuant to the Contract Documents, choose not to exercise its Phase 2 Construction Option under the Contract, and the CM/Contractor shall not be directed to proceed with performance of the Work under Phase 2.

CM/CONTRACTOR BID PHASE SERVICESUnless otherwise provided in General Conditions, CM/Contractor shall perform the services hereunder.

The CM/Contractor shall be responsible for sequencing, assembly, scope definition and preparation of Bid Packages and all cover information for individual packages to assure that all items as indicated in Contract Documents, including coordination of details and Subcontractor required General Conditions Work are included with bid documents. The CM/Contractor shall not create or permit duplication of work between Bid Packages and/or General Conditions through scope descriptions, or by any other means. The CM/Contractor shall ensure that the Bid Packages collectively provide for all of the Work of this Project, with no gaps or omissions in the scope of the Work. The CM/Contractor shall analyze the Bid Packages, identify elements of uncertainty or risk prior to the bidding, verify government permits and approvals, endeavor to eliminate conflicts, duplications and omissions and mitigate the University’s exposure to bidding error through instructions to bidders.

Prior to preparing and assembling the Bid Packages, the CM/Contractor shall submit the Bidding Documents to University for review and approval. This submittal shall include the CM/Contractor’s proposed Instructions to Bidders, Bid Form, trade bid work scopes, and all other proposed Bidding Documents except Drawings and Specifications Divisions 2 and above. The Bidding Documents for the Design Build and Design Assist Bid Packages shall include specific requirements for coordination between the Design Build Subcontractors and Design Assist Subcontractors.

The CM/Contractor shall assemble Bid Packages in a complete, coordinated and most cost-effective manner for the University. CM/Contractor shall obtain all necessary design documents from the Design Professional and with the assistance of the University’s Representative, arrange for printing, binding, wrapping and delivery to the bidders, and shall maintain a list of bidders receiving the Bid Documents. The University shall be responsible for all postage, delivery and printing costs; such cost shall be included in the Contract Sum by Change Order. Use University’s vendors for printing and follow vendors’ distribution procedures established by the University.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 41 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-462/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

The CM/Contractor shall review, recommend, develop and estimate alternates, unit prices and other requirements for inclusion in the Bid Packages. Any allowance must identify a known risk with the amount of the allowance approved in writing by the University. If the CM/Contractor elects to require Subcontractor performance or payment bonds, it may include such item as an alternate that shall not be used as the basis of award. The cost of Subcontractor payment or performance bond, or insurance purchased in lieu thereof, if any, will not be included by University in Contract Amendment(s) for Bid Package(s).

The CM/Contractor shall develop lists of possible bidders to solicit bids for the Bid Package(s), provide pre-bid Subcontractor prequalification criteria, and conduct prequalification of Subcontractors when directed by the University’s Representative. The CM/Contractor shall conduct an outreach effort to attract broad interest among qualified bidders. The CM/Contractor shall contact potential bidders to develop a sufficient pool of bidders. The CM/Contractor shall secure the commitment to bid from a minimum of three (3) bidders for each Bid Package. CM/Contractor shall bid the Bid Packages as required by the General Conditions, after University’s Representative reviews Bid Package and issues Letter of Bid Package Review. CM/Contractor shall make any changes to Bid Packages as directed by University in its sole discretion.

The CM/Contractor shall, as directed by the University’s Representative and in counsel with the University representative, respond to all bid questions during the bid period and at pre-bid conferences, preconstruction conferences and walk-throughs.

The CM/Contractor shall notify all bidders of the bid results within three (3) days of the bid opening noting that the bid results posted are subject to review for responsibility and responsiveness. The CM/Contractor shall review the bid results for such bidding climate issues as bid responsiveness, adequacy in the number of bidders and the spreading or grouping of bid results. The CM/Contractor shall submit a Bid Package Certification to University at the conclusion of the bidding.

The CM/Contractor shall record bids received. The CM/Contractor shall prepare spreadsheet analyses comparing the lowest responsible bids with the cost estimate for that Bid Package.

GREEN BUILDING DESIGNTogether with the Design Professional, CM/Contractor shall exceed Title 24 California Energy Code efficiency requirements by at least 20%.

Together with the Design Professional, CM/Contractor shall achieve Silver level based on LEED.CM/Contractor shall continue participation in the Savings-by-Design program, apply for incentives that may be applicable, and participate in meetings with Savings-by-Design representatives.

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 12-21-17)

Page 42 of 43

DESIGN AND INNOVATION BUILDING PROJECT NO.: 5149/A4L-______/962770UNIVERSITY OF CALIFORNIA, SAN DIEGO

18. GENERAL REQUIREMENTS

A. Has your firm ever refused to perform change order or warranty work requested by an Owner?

YES NO

If the answer is “Yes,” please explain:

B. What is your firm’s procedure for answering an Owner’s request to perform warranty work?

Please describe:

C. Describe your firm's claim-avoidance strategy and/or philosophy:

CM @ Risk (Best Value) Level I Prequalification QuestionnaireCM/C Lvl-1 P/Q Quest (UCSD Rev. 11-17-17)

Page 43 of 43