+ All Categories
Home > Documents > SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6...

SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6...

Date post: 12-Aug-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
87
SPECIFICATIONS AND OTHER BIDDING AND CONTRACT DOCUMENTS ALAMEDA COUNTY PROJECT #11020 1111 Jackson Tenant Improvement 1111 Jackson St. Oakland, California MANDATORY PRE-BID SITE VISIT AND MEETING Monday, April 13, 2015 at 11:00 A.M. Location of Meeting: Project Site/First Floor Conference Area – 1111 Jackson St., Oakland NON-MANDATORY PRE-BID NETWORKING CONFERENCE Tuesday, April 14, 2015 at 11:00 A.M. Location of Meeting: Project Site/First Floor Conference Area – 1111 Jackson St., Oakland ALAMEDA COUNTY GENERAL SERVICES AGENCY TECHNICAL SERVICES DEPARTMENT 1401 LAKESIDE DRIVE, #1115 OAKLAND, CALIFORNIA PHONE: 510-208-9517 FAX: 510-208-9530
Transcript
Page 1: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

SPECIFICATIONS AND OTHER BIDDING AND CONTRACT DOCUMENTS

ALAMEDA COUNTY PROJECT #11020 1111 Jackson Tenant Improvement

1111 Jackson St. Oakland, California

MANDATORY PRE-BID SITE VISIT AND MEETING Monday, April 13, 2015 at 11:00 A.M.

Location of Meeting: Project Site/First Floor Conference Area – 1111 Jackson St., Oakland

NON-MANDATORY PRE-BID NETWORKING CONFERENCE

Tuesday, April 14, 2015 at 11:00 A.M. Location of Meeting:

Project Site/First Floor Conference Area – 1111 Jackson St., Oakland

ALAMEDA COUNTY GENERAL SERVICES AGENCY

TECHNICAL SERVICES DEPARTMENT 1401 LAKESIDE DRIVE, #1115

OAKLAND, CALIFORNIA

PHONE: 510-208-9517 FAX: 510-208-9530

Page 2: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Request for Prequalification and Proposal Submittals from

Design-Build Entities

for the

County of Alameda

1111 Jackson Tenant Improvement (Project No. 11020)

March 27, 2015

Page 3: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 1 Request For ProposalsFrom Design-Build Entities

DOCUMENT 00 11 19

REQUEST FOR QUALIFICATIONS AND PROPOSALS FROM PRE-QUALIFIED DESIGN-BUILD ENTITIES

The COUNTY OF ALAMEDA, acting by and through its GENERAL SERVICES AGENCY (“County”), will receive competitive sealed Proposals from pre-qualified Design-Build Entities (“DBEs”) for the following public work:

1111 JACKSON TENANT IMPROVEMENT

(Project Number 11020)

1. PROJECT DESCRIPTION AND SCOPE OF WORK

The General Services Agency (GSA) has developed a design for the Tenant Improvement of 150,000 SF of an existing 8-story building with basement into new offices for a variety of County office needs. The two client County agencies moving into the building are Probation Department and Social Services Agency (SSA). See Phasing outline below for a floor-by-floor breakdown.

Currently, the building is only partially occupied. The northwest corner of the ground floor (1F) has active County tenants, who have their own entrance off 12th St. While discrete pieces of the infrastructural work will need to be coordinated through their space, no direct work is anticipated for this suite. In addition to small areas occupied by GSA-BMD building engineers, all other floor plates are vacant and ready for active construction. See paragraph 5.2 for breakdown.

The County is also completing two components of the infrastructure upgrade within the building. First, the installation of the new network backbone, and associated network IDF rooms, throughout the building are almost complete. These individual IDF’s are the point of connection for all new network office needs in this RFP. Running parallel to this network backbone will be the security backbone for the building. While this will be installed by County’s security vendor, similar to network components, the individual security pieces in the scope for this RFP will connect to this system.

2. CONSTRUCTION BUDGET

The estimated Project construction cost and Stipulated Sum is approximately $ 14,000,000.

3. DESIGN-BUILD OPPORTUNITIES OF THE PROJECT

The design documents, consisting of design drawings and specifications, have been prepared by the bridging architects, Noll & Tam Architects. The extent of the aesthetics and finishes for tenant improvements on all floors have been fully established in these documents.

The bridging architects have also initiated discussion with Oakland Fire Department (OFD) with an initial fire/life safety review. The OFD has reviewed and approved the 1111 Jackson Street Renovation project. Conditions of approval and deferred submittal requirements are summarized in the plan check memo dated 1/27/15, included in design drawings. Refer to the drawings and specifications for design-build requirements.

Design-Build opportunities in these documents include design of all building systems, which will be governed by the requirements and criteria identified. These systems include, but are not limited to:

Page 4: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 2 Request For ProposalsFrom Design-Build Entities

Heating / Ventilation / Air Conditioning Systems Plumbing Systems Electrical Systems Fire Protection Systems Data/Telecommunications Systems

4. SCHEDULE, PHASING AND OCCUPANCY BY USES

Another significant Design-Build consideration is the logistics of installing the work. A phased occupancy of the facility is crucial to the County’s needs. Dedicated space for Contractor offices during phases 1-3 will be on 1F- in the area designated for future room numbers rooms 117-122. Phase 4 will have GC offices relocated to a room on 2F. Secure storage will be room 005 until its buildout.

A successful proposal must address the following phasing:

4.1 PHASE 1 – for occupancy of 7F & 8F by July 31, 2015. a. Completion of 7F & 8F. b. Completion of Probation components of the Basement (0F): rooms 011-015. c. Upgrading of the building-wide HVAC controls backbone system d. Connection of renovated HVAC at floors 0, 1, 7 & 8 to this system. e. Connection of existing HVAC at 0F and 1F (County Counsel suite and Lobby) to new

controls backbone system. f. Temporary connection of remaining floors to this new control system shall be established

for DBE’s use in completing the successive phases. 4.2 PHASE 2A – anticipation of occupancy by initial SSA units

a. Completion of walls defining suites on 1F and 2F b. On 1F, completion of rooms 103-115 and 131-142 c. On 2F, completion of rooms 237-240 and stair rough construction d. Connection of HVAC of new controls backbone to rooms noted above.

4.3 PHASE 2B a. Completion of 2F & 3F b. Completion of Stair c. Completion of SSA components of the basement (0F): rooms 004, 010 & 022.

4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F

4.5 PHASE 4 – SSA Units/ Administration and CFS Support units a. Completion of remaining rooms on 0F & 1F

4.6 USES BY FLOOR The detailed floor-by-floor breakdown of final uses is:

7F & 8F / Probation – Administration 3F – 6F & shared on 0F-2F / SSA – Administration and Child and Family Services

(SSA/CFS). Basement (0F) will be shared by Probation, SSA and GSA (Fitness Room and

GSA/BMD rooms) 2F will be facility of shared conference rooms, along with larger conference rooms

specifically for SSA/CFS. Shared Conference Facilities are:

o 9 medium-to-large rooms available to all County-wide units o 1800 SF lunchroom for building employees o 800 SF hoteling office for mobile employees

Page 5: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 3 Request For ProposalsFrom Design-Build Entities

o 2700 SF lobby area, for casual meeting o Rooms will be self-scheduled using web-based,

enterprise-grade room management software, supported by ITD. 4.7 Proposal should clearly articulate any proposed deviation(s) from the above County’s

intended occupancy sequence (above), which County may accept at its sole discretion.

5. SITE HISTORY

5.1 Prior Uses 5.1.1 The original construction was built in the early 1960’s as State office building. 5.1.2 In 2002, a full seismic renovation was completed to the structure. This included

the addition of an 8th floor, upgrading to three elevators (two passenger and one freight) and new rooftop equipment.

5.1.3 Building was purchased by the County in 2009. 5.1.4 Building had non-County tenants that have vacated. 5.1.5 Building is currently operating all systems. 5.1.6 Communications fiber optic cabling was installed into basement, in 2010,

connecting the building to the County network.

5.2 Current Status – “Warm Shell” 5.2.1 Network rooms are being completed through April 2015, N.I.C. 5.2.2 Security backbone projected installation through June 2015, N.I.C. 5.2.3 Floor 1 lobby is finished and Northwest corner is occupied by County tenant,

who will remain. 5.2.4 Floor 2 is unoccupied but built-out and requiring demolition. 5.2.5 Floors 3 and 4 are vacant “warm shell.” 5.2.6 Floors 5 and 6 are unoccupied but built-out and requiring demolition. 5.2.7 Floors 7 and 8 have had prior TI construction demolished upto core and

including finished ceilings. 5.2.8 Floors 0 (Basement) is finished with Storage spaces, building maintenance areas

and three vehicle loading dock. Dock area is served by freight elevator.

5.3 Hazardous Material 5.3.1 Hazardous materials survey was completed in 2013. 5.3.2 Full Abatement was completed, before the work on network rooms, by

GSA/Environmental, N.I.C. 6. SUMMARY OF SELECTION PROCESS.

6.1 The County intends to award a contract for the Work using a design-build competition based upon best value and other criteria set forth in this Request for Proposals (“RFP”), in accordance with Public Contract Code Section 22160, et.seq.

6.2 The design-build competition will occur with a combined submission of a single package containing both statement of qualifications (SOQ) and a sealed proposal by the posted due date.

6.3 Prior to the due date, there will be two conferences for bidders. This first is the mandatory conference at the project site. The second is an effort to support the County’s ECOP goals. This will be a non-mandatory networking conference where bidding DBE’s can meet possible subcontractors.

6.4 The evaluation of SOQ’s and proposals will occur in two phases, Phase I: Qualifications Review and Phase II: Proposal Evaluation

6.5 The County will evaluate each submission, using a combination of Pass/Fail and Scored Factors. See section 12 below for detailed scoring information.

Page 6: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 4 Request For ProposalsFrom Design-Build Entities

6.6 Phase 1-Qualifications: DBE’s will be prequalified based on their submitted SOQ’s. 6.6.1 Based on the published criteria, SOQ’s will be evaluated and ranked by panel of

4-5, composed of at least two County personnel from outside TSD-Design and Const. Mgmt (TSD-DCM) and representation by a stakeholder. The seating of an outside professional will be a priority but not a requirement.

6.6.2 The Panel will review each submission, using a combination of Pass/Fail and Scored Factors.

6.6.3 A DBE is deemed qualified using the Pass factors and minimum score on Scored Factors.

6.6.4 The Proposals of DBEs deemed qualified will advance to Phase 2: Proposal Evaluation.

6.6.5 All submitting DBE’s will be notified of their status, whether deemed qualified or disqualified.

6.6.6 Disqualified DBEs from Phase 1 will not be eligible to participate in Phase 2: Proposal process.

6.7 Phase 1-Qualifications Notification:

6.7.1 All DBE’s who submitted will receive a notice of the qualifications status. After a 5-day protest period, submitted proposals for DBE’s deemed qualified will advance to Phase 2.

6.7.2 County will determine at this Notification whether an Interview will be required in this process.

6.8 Phase 2-Proposal Evaluation: With the qualification of DBEs from Phase 2, these sealed

proposals will be opened and evaluated using the published criteria, a combination of Pass/Fail and Scored Factors. 6.8.1 The Scored Factors from the Phase 1: Qualification review will advance to the

Phase 2 process, for additional consideration in the overall proposal tabulation. 6.8.2 Panel of members selected for Phase 1 will evaluate the DBE Proposals. 6.8.3 The panel will rank the qualified proposals, using the following published

criteria. The criteria represent the relative importance in this project: 7. CONTACT INFORMATION. All inquiries and requests for information shall be addressed in

writing (e-mail is acceptable) to the County’s Project Manager.

7.1 Mailing and street address of the County: County of Alameda – General Services Agency Technical Services Department 1401 Lakeside Drive, Suite 800 Oakland, CA 94612

7.2 County’s Project Manager: Brian Laczko, Senior Project Manager GSA - Technical Services Department 1401 Lakeside Drive, Suite 800 Oakland, CA 94612 Telephone: 510-272-3753 Fax: 510-208-3995 Email: [email protected]

Page 7: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 5 Request For ProposalsFrom Design-Build Entities

8. DUE DATE AND RECEIPT OF PROPOSALS.

8.1 Sealed Submittal Packages must be submitted to the County – General Services Agency at the address in Paragraph 8.4 below no later than 2:00 P.M. on the following date: Wednesday, May 6, 2015.

8.2 Each Submittal Package will be time and dated stamped by County’s receptionist upon receipt.

8.3 The time of receipt will be determined by the Receptionist’s date stamp at the office of the County. County may reject any Proposals received after the specified time and may return such Proposals to DBEs unopened.

8.4 Each DBE shall submit its Qualifications and Proposal in one or more sealed envelopes, boxes, or other containers (referred to herein as a “Submittal Package”). Submittal Packages shall be hand-delivered to County’s receptionist at the General Services Agency, Purchasing Department, Suite 900, 1401 Lakeside Drive, Oakland, California 94612. All Submittal Packages should be marked per the appropriate phase:

QUALIFICATIONS PACKAGE FOR COUNTY OF ALAMEDA 1111 JACKSON TENANT IMPROVEMENT PROJECT (PROJECT NO. 11020) PHASE I Package ___ of ___ OR PROPOSAL PACKAGE FOR COUNTY OF ALAMEDA 1111 JACKSON TENANT IMPROVEMENT PROJECT (PROJECT NO. 11020) PHASE II Package ___ of ___

8.5 For each phase, Submittal Packages shall include one original, seven (7) hard copies, and

one electronic copy of all required materials (on compact disc or solid-state memory stick) as outlined in this Document.

8.6 Materials for each Phase I Qualifications and Phase II Proposal shall be packaged separately and noted accordingly.

8.6.1 Phase II packages will remain sealed during the Phase I evaluation. 8.6.2 Phase II packages will be opened only if advanced to Phase I. 8.6.3 Unqualified Phase II packages will be returned to submitter unopened.

8.7 Submittal Packages shall be organized as outlined in the RFP Master Deliverable List (Document 00 21 00).

8.8 Each Submittal Package shall be marked to identify the materials submitted in response to each of the evaluation categories.

8.9 Each Submittal Package must contain at a minimum the following, fully completed:

8.9.1 Executive Summary: A letter summarizing each element of the Phase II Proposal

Page 8: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 6 Request For ProposalsFrom Design-Build Entities

and identify features the DBE believes make the DBE’s Proposal the most advantageous Proposal to the County.

8.9.2 Pass/Fail Factors: Each DBE must respond to all of these items in the appropriate Paragraphs 12.5.2 below using the appropriate version of the Bidder Certifications (Documents 00 45 40.01 and 00 45 40.02, respectively).

8.9.3 Scored Material: Each DBE must respond to all items in the appropriate Paragraphs 12.6 and 20.3 below.

8.9.4 Certification Regarding Material Changes. Each DBE shall either certify that (a) all information in, and provided with, the Pre-Qualification Questionnaire and Phase I Qualifications (as applicable) it submitted to County remains true and correct in all material respects as of the date of submitting the Phase II Proposals, as applicable, or (b) if there have been any material changes thereto, such material changes are reflected on a DBE’s Material Changes List, submitted in accordance with Document 00 45 40 (DBE Certifications).

8.9.5 Non-Collusion Declaration. DBE’s must submit Document 00 45 19 (Non-Collusion Declaration) with Phase II Proposals. County may reject as non-responsive any Proposal submitted without a Non-Collusion Declaration. No DBE may make or file or be interested in more than one Proposal for the same supplies, services or both.

9. OTHER INFORMATION AND PROCEDURES APPLICABLE TO PHASE II PROPOSALS

9.1 INTERACTION WITH GOVERNING AGENCIES

9.1.1 Prohibited Contacts. DBEs are prohibited from contacting elected or appointed officials, staff or personnel of the County of Alameda, except the Project Manager, on any matter related to the Project prior to the award of the Contract. Direct communication with the agencies identified above by the DBE will be grounds for disqualification.

9.1.2 Contact with Alameda County staff or personnel will be strictly limited to the protocols established by this RFP.

9.1.3 The County will provide an opportunity for DBEs to meet with appropriate agency representatives during the Proposal process.

9.1.4 Other Authorities Having Jurisdiction: The DBEs should be familiar with the requirements of the Other Authorities Having Jurisdiction. The DBE should understand the process, timeline, and fees for their regulatory review and approval.

9.1.5 Utility Companies: The DBEs should be familiar with the requirements of companies that will provide utility services to the Project. These include, but are not limited to PG&E, AT&T and EBMUD. The DBE should understand their process, timeline, and fees for utility service design and installation.

9.2 COUNTY OF ALAMEDA SUBCONTRACTOR OUTREACH PROGRAMS.

Page 9: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 7 Request For ProposalsFrom Design-Build Entities

9.2.1 The County’s Enhanced Construction Outreach Program (“ECOP”) and Small Local Emerging Business (“SLEB”) Program shall apply to this Contract. ECOP and SLEB forms are included in the Documents 00 62 38 (Enhanced Construction Outreach Program Design-Build) and 00 62 40 (Small Local Emerging Businesses Program) and must be submitted by DBEs in accordance with the requirements of those Documents and Document 00 62 30 (Subconsultant/Subcontractor Procurement).

9.2.2 The County has implemented a Contractor Bonding Assistance Program (“CBAP”) that will apply to this Project. The program seeks to increase the ability of small contractors to participate in this and other projects by providing them with, among other things, assistance in obtaining required bonds. The CBAP is described in Document 00 62 20.

9.2.3 County Public Arts Program: DBEs are hereby notified that Alameda County Ordinance Code § 13.28.010 requires two percent (2%) of the total direct construction costs of the County Building be spent on public art approved by the County’s Art Commission. Although the cost of this program is not part of the DBE’s Contract Price, DBE shall anticipate and allow for coordination of its work with the Art Commission during the design and construction stages of the Project as part of its Proposal in accordance with Document 00 73 73 and the Bridging Documents.

9.3 DEFINITIONS. Except as otherwise set forth herein, all abbreviations and definitions of terms used in this Document are set forth in Section 01 42 13 (Abbreviations) and Section 01 42 16 (Definitions).

9.4 SUBSTITUTIONS.

9.4.1 Proposals shall be based on products and systems specified in the Bridging Documents. Except as provided in Subparagraph 9.4.6, below, listed materials, products, systems, and equipment are provided as examples of required quality levels. DBEs are encouraged to seek alternative manufacturers for equipment or materials which provide equal or better quality, competitive pricing, or other benefits to the Project.

9.4.2 The County is not responsible or liable in any way for a DBE’s damages or claims related, in any way, to DBE basing its Proposal on any requested substitution that the County has not approved. DBEs will be held responsible for: (a) all costs and claims arising from any cost or schedule impact resulting from the County’s approval of a requested substitution and (b) all costs and claims arising from any cost or schedule impact resulting from any substitution not approved by the County. Substitution Procedures are described more fully in Section 01 61 00 (Product Requirements).

9.4.3 DBEs and materials suppliers who submit requests for substitutions prior to the award of the Contract must do so in writing and in accordance with Public Contract Code § 3400. All such requests must comply with the following:

9.4.3.1 DBEs may submit a Request for Substitution no later than ten (10) Business Days before the due date for Proposal submissions. The

Page 10: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 8 Request For ProposalsFrom Design-Build Entities

County reserves the right not to act upon a Request for Substitution until after Proposals have been submitted. Any Request for Substitution shall contain sufficient information, as set forth in Document 01 60 00 (Product Requirements), to allow the County to assess the acceptability of the product or system. Insufficient information shall be grounds for rejection of any Request for Substitution. In addition to the other substitution information, DBE shall specify any impacts to Green Building performance that may result in the reduction of points awarded to the Project under the current LEED New Construction rating system.

9.4.4 The County will issue Addenda listing substitutions approved, if any, before the applicable proposal submittal date.

9.4.5 Except as is provided for in Document 00 72 53 (General Conditions) and Section 01 60 00 (Product Requirements), DBEs may submit a Request for Substitution after the issuance of Document 00 51 00 (Notice of Award) only at the sole discretion of the County.

9.4.6 Items Which May Not Be Substituted. In accordance with Public Contract Code § 3400 the County has found that certain items may not be substituted because they are either necessary to the Project and only available from one source, or are required in order to match other products in use by the County. These items are listed in Section 01 62 00 (Product Options).

9.5 ADDENDA

9.5.1 DBEs must direct all questions about the meaning or intent of any documents related to this Document 00 11 19 (Request for Proposals from DBEs) or the Contract Documents to the County in writing. The County will issue by formal written Addendum any interpretations or clarifications it considers necessary in response to such questions. The County will send all Addenda by electronic mail to all pre-qualified DBEs at the e-mail address supplied to the County by the DBE in its Pre-Qualification Questionnaire. DBEs shall acknowledge receipt from that e-mail address within two (2) business days. The process for addenda which are too large for submittal via electronic mail will be described via a preliminary addendum.

9.5.2 Submit questions promptly, and no later than 10 Business Days before the due date for Proposals. The County will not respond to questions received less than 10 Business Days before the due date for proposals.

9.5.3 Only information provided by the County in an Addendum shall be binding on the County; oral responses or any other interpretation or clarification will be without legal effect.

9.5.4 At the County’s sole discretion, it may also issue Addenda to modify any documents related to this Document 00 11 19.

9.5.5 The DBE shall acknowledge its receipt of any Addenda in Document 00 42 53 (Proposal Form). DBEs may obtain a complete list of Addenda from the County.

9.6 INFORMATION REGARDING DBEs

Page 11: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 9 Request For ProposalsFrom Design-Build Entities

9.6.1 In evaluating Proposals, County will consider the information provided in DBE’s Response to Request for Statements of Qualifications, the DBE’s compliance with the prescribed requirements, and such other data as may be requested in this Document 00 11 19 (Request for Proposals from DBEs), DBE’s presentation or interview, and any other information provided or discovered.

9.6.2 The County may conduct any investigations the County deems necessary to assist it in its evaluation of any Proposal and to establish the DBE’s responsibility, qualifications and financial ability (and that of its proposed sub-consultants, subcontractors, suppliers, and other persons and organizations) to perform and furnish the Work in accordance with the Contract Documents and DBE’s Proposal, to County’s satisfaction, and within the prescribed time. County shall have the right to communicate directly with DBE’s surety regarding DBE’s bonds.

9.6.3 DBEs must respond in a timely manner to all questions from the County regarding their Proposal. A DBE’s failure to provide prompt and complete responses may result in rejection of its Proposal and terminate the DBEs participation in the selection process.

9.7 ELECTRONIC DOCUMENTS.

9.7.1 County may, in its sole discretion, and solely as a convenience to DBEs, elect to provide various RFP Documents and/or other information on CD-ROMs, solid-state memory devices or other electronic forms (“Electronic Copy”), in addition to hardcopy paper documents (“Hardcopy”). In all cases, the Hardcopy shall be referred to, and shall control, in the event of any inconsistency between a Hardcopy and an Electronic Copy.

9.7.2 DBEs are advised to check all electronic media for computer viruses before loading any files therefrom. DBEs are fully responsible for intercepting and disabling viruses, if any, that may be inadvertently transmitted with an Electronic Copy. Also, files distributed electronically are subject to data erosion, erasure and/or alteration, and computer systems and software become obsolete in time (together, “Data Erosion”). By taking any step to open or otherwise use any electronic file, each DBE acknowledges these risks and releases County, and its officers, employees, consultants, representatives, and agents harmless from and against all claims of any type or nature arising from or relating to any virus inadvertently transmitted or any Data Erosion. In addition, the composition of electronic files and the adjuncts to them were created for the use and convenience of the County, and may not be compatible with other users. DBEs acknowledge that Electronic Copies may not match Hardcopies, and that it is the responsibility of the DBEs to adapt Electronic Copies for their own use.

9.8 EXISTING CONDITIONS AND RELATED DATA.

9.8.1 DBEs may examine any available existing conditions information by giving County reasonable advance notice. Documents 00 31 26 (Hazardous Materials Surveys) apply to all existing drawings and hazardous material surveys supplied by County as well as any other information supplied regarding existing conditions above ground or below ground.

Page 12: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 10 Request For ProposalsFrom Design-Build Entities

9.8.2 DBEs may request access to the Site to conduct investigations or testing using Document 00 25 17 (Access Request Form and Agreement). Before a DBE is allowed to access the Site, it must meet all requirements, including but not limited to insurance and indemnity, of that Document. All requests for Site access must be made at least 10 Business Days before Proposals are due.

9.9 WAGE RATES. The Project is a public work subject to the requirements of Labor Code Sections 1720, et seq. DBEs are required to comply with all applicable prevailing wage requirements and regulations. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to design and construct the Project, as determined by Director of the State of California Department of Industrial Relations, are on file at the Office of the County and are deemed included in the Proposal Documents. Upon request, County will make available copies to any interested DBE.

9.10 PROJECT STABILIZATION AGREEMENT. On July 24, 2012, the County‘s Board of Supervisors authorized the County to enter into a Project Stabilization Community Benefit Agreement (“PS/CBA”) (also known as a Project Labor Agreement or “PLA”) for this Project. DBE Proposals shall account for inclusion of the PS/CBA and DBEs shall agree to be bound by and comply with the conditions of the PS/CBA. After execution by the parties, a copy of the PS/CBA will be provided to the DBE and further amendments will be made to this RFP and the Project Manual to incorporate the requirements of the PS/CBA. DBEs are reminded that Section 2500(a)(3) of the California Public Contract Code requires a public entity PLA to include an agreed-upon protocol concerning drug testing for workers employed on the project. Accordingly, any PLA or PS/CBA for this Project will contain a drug testing protocol, which may consist of the adoption of the applicable Master Labor Agreement drug testing protocol, should the MLA contain one or, if not, the DBE protocol but in either case the drug testing protocol must be consistent.

9.11 PUBLIC RECORDS ACT REQUESTS.

9.11.1 Pursuant to the Public Records Act, County will make available to the public after negotiations with the apparent successful Proposer are complete, but prior to award of Contract: DBE’s Proposals (to the extent opened), all correspondence and written questions submitted during the Proposal period, all Proposal submissions opened in accordance with the procedures of this Document 00 11 19 (Request for Proposals from DBEs), and all subsequent Proposal evaluation information. Any submissions not opened will remain sealed and will be returned to the submitting DBE.

9.11.2 Except as otherwise required by law, County will not disclose information DBEs consider trade secrets or proprietary financial information that a DBE has designated confidential (including but not limited to the Technical Proposal). Any such trade secrets or proprietary financial information that a DBE believes should be exempted from disclosure must be specifically identified and marked as such by DBE. Blanket-type identification by designating whole pages or sections shall not be permitted and shall be invalid. The specific information must be clearly identified as such.

9.11.3 Upon a request for records regarding a Proposal, County will notify the DBE involved within ten (10) Business Days from receipt of the request of the date

Page 13: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 11 Request For ProposalsFrom Design-Build Entities

on which the records will be made available for inspection. If the DBE timely identifies any additional proprietary, trade secret, or confidential commercial or financial information that DBE contends is not subject to public disclosure, and requests County to refuse to comply with the records request, DBE shall take all appropriate legal action and defend, at its sole cost and expense, County’s refusal to produce the information in all forums; otherwise, County will without restriction make such information available to the extent required by Applicable Law.

9.11.4 Information disclosed in the Proposals and related materials are the property of County except data DBE identifies as proprietary. Subject to the requirements of the Public Records Act, reasonable efforts will be made to prevent the disclosure of information except on a need-to-know basis during the evaluation process.

9.12 RIGHTS RESERVED TO COUNTY.

9.12.1 County will determine at its sole discretion whether a Proposal is responsive and whether a DBE is responsible.

9.12.2 County may reject any and all Proposals and may waive, to the fullest extent permitted by law, any informalities or minor irregularities therein. County also reserves the right, in its sole discretion, to reject all Proposals and issue a further request for Proposals for the Project or to prequalify additional DBEs.

9.12.3 County reserves the right: (i) to reject any nonconforming, non-responsive, unbalanced or conditional Proposal, (ii) to request other Proposals, and (iii) to reject a Proposal of any DBE if County believes that for any reason it would not be in the best interest of Project to give further consideration to a particular DBE. For purposes of this paragraph, an “unbalanced Proposal” is a Phase II Proposal having nominal/low prices for some work items and enhanced prices for other work items.

9.13 PROTEST PROCEDURE.

9.13.1 The County prides itself on establishing fair and competitive contracting procedures and on its commitment to following those procedures. The following procedure is provided in the event that prospective DBEs wish to:

9.13.1.1 protest the DBE selection process (if DBE has identified objections to the selection procedure in Item 8 of Document 00 45 40 (Bidder Certifications)),

9.13.1.2 appeal the County’s designation of DBEs selected to participate in Phase II of the Request for Proposal process, or

9.13.1.3 appeal the staff recommendation to the Board of Supervisors regarding the Notice of Intent to Award the Contract.

9.13.2 The County will use reasonable effort to deliver by electronic mail a list of the DBEs selected to participate in Phase II of the selection process and the staff recommendation to the Board of Supervisors regarding award of the Contract (or Notice of Non-Award) to all prospective DBEs who submitted Phase I

Page 14: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 12 Request For ProposalsFrom Design-Build Entities

Qualifications or Phase II Proposals (as applicable) no later than the first business day after issuance, although any delay or failure to do so will not extend the applicable protest deadline.

9.13.3 Any protest must be submitted in writing to address at paragraph 7.2, before 5:00 p.m. of the Fifth (5th) business day following the date the County issues the list of DBEs selected to participate in Phase II or the issuance of the Notice of Intent to Award, not the date the prospective DBE receives the document. A protest received after 5:00 p.m. is considered received as of the next business day. The Project Manager will forward the protest to the Assistant Director of the General Services Agency for review and evaluation.

9.13.4 Protests must conform to the following:

9.13.4.1 The protest must contain a complete statement of the reasons, facts and legal basis for the protest.

9.13.4.2 The protest must refer to the specific portions of all documents that form the basis for the protest.

9.13.4.3 The protest must include the name, address, electronic mail address, facsimile number and telephone number of the person representing the protesting party.

9.13.4.4 The County will transmit a copy of the protest to all other prospective DBEs that submitted Phase II Proposals, as applicable, as soon as possible after receipt of the protest.

9.13.5 Upon receipt of a timely written protest, the Assistant Director of the General Services Agency or designee will review and evaluate the protest and issue a written decision. The Assistant Director may, at his or her discretion, investigate the protest, obtain additional information, provide an opportunity to settle the protest by mutual agreement, and/or schedule a meeting(s) with the protesting party and others (as appropriate) to discuss the protest. The decision on a timely protest will be issued at least ten (10) business days prior to the Board hearing date. The decision will be communicated by e-mail or fax and certified mail, and will inform the protesting DBE whether the protest has been rejected or sustained, and/or whether the list of DBEs selected to participate in the Phase II RFP or the recommendation in the Notice of Intent to Award will change. A copy of the decision will be furnished to all prospective DBEs.

9.13.6 The decision of the Assistant Director of the General Services Agency on the protest may be appealed to the County of Alameda’s Auditor-Controller’s Office of Contract Compliance (“OCC”) located at 1221 Oak Street, Room 249, Oakland, California 94612, Fax: (510) 272-6502.

9.13.7 The protesting DBE, and all pre-qualified prospective DBEs affected by the GSA-Assistant Director’s decision on the protest, has the right to appeal if not satisfied with the GSA-Assistant Director’s decision. All appeals to the Auditor-Controller’s OCC shall be in writing and submitted within five (5) business days following the issuance of the decision by the GSA Assistant Director, not the

Page 15: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 13 Request For ProposalsFrom Design-Build Entities

date the prospective DBE receives the document. An appeal received after 5:00 p.m. is considered received as of the next business day.

9.13.8 The appeal shall specify the decision being appealed and all the facts and circumstances relied upon in support of the appeal.

9.13.9 In reviewing protest appeals, the OCC will not re-judge the proposal(s). The OCC shall be limited to a review of the procurement process to determine if the contracting department materially erred in following the RFP or, where appropriate, County contracting policies or other laws and regulations.

9.13.10 The appeal to the OCC shall be limited to the grounds raised in the original protest and the decision by the GSA Assistant Director. As such, a DBE is prohibited from stating new grounds for a protest in its appeal.

9.13.11 The decision of the Auditor-Controller’s OCC is the final step of the appeal process. A copy of the decision of the Auditor-Controller’s OCC will be furnished to the protestor, the DBE whose proposal is the subject of the protest, and all prospective DBEs affected by the decision.

9.13.12 The County will, at its discretion, complete the protest/appeal procedures set forth in this paragraph before proceeding to the next step in the Request for Proposal process and before a recommendation to award is considered by the Board of Supervisors.

9.13.13 The procedure and time limits set forth in this Paragraph 5.13 are mandatory and are a DBEs sole and exclusive remedy in the event of a protest. A DBE’s failure to timely complete both the bid protest and appeal procedures shall be deemed a failure to exhaust administrative remedies. Failure to exhaust administrative remedies, or failure to comply otherwise with these procedures, shall constitute a waiver of any right to further pursue a protest including the filing of a Government Code Claim or instituting separate legal proceedings. A DBE may not rely on a protest submitted by another DBE, but must timely pursue its own protest or legal proceedings.

10. OTHER REQUIREMENTS PRIOR TO SUBMITTING PROPOSALS. Submission of Phase I Qualifications and Phase II Proposal signifies the DBEs careful examination of the Request for Proposal, Contract Documents, and all related documents and complete understanding of the nature, extent, and location of the Work to be performed.

11. PROPOSAL-RELATED CONFERENCES

11.1 Pre-Submittal Conferences. County is hosting a pair of Pre-submittal Conferences. A representative from the general contractor and/or lead architect of the DBE will be present at the Mandatory Pre-submittal Conference. Other members of the DBE’s team may attended as the DBE requires.

11.1.1 Pre-submittal Conference is scheduled for: Monday, April 13, 2015, 11:00am - 12:30pm at the project site: 1111 Jackson St., Oakland

Page 16: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 14 Request For ProposalsFrom Design-Build Entities

11.1.2 Pre-submittal Networking Conference is scheduled for: Tuesday, April 14, 2015, 11:00am - 12:30pm at the project site: 1111 Jackson St., Oakland

11.2 The Networking Conference will be held to provide an opportunity for small and local and emerging businesses (SLEBs), minority owned business enterprises (MBE), woman owned business enterprises (WBE), local business enterprises (LBE) and small local business enterprises (SLBE) and large firms to network and develop partnering relationships in order to participate in the contracts that may result from this Request for Proposals.

11.3 Confidential Meetings. If all DBEs participating in the Phase II Proposal process agree and request in writing to the County PM, the County may hold confidential Pre-Phase II Proposal meetings with each Bidder separately in order to facilitate each Bidder’s independent understanding of the Bridging Documents and to facilitate each Bidder’s development of a unique and competitive Phase II Proposal offering Best Value to the County. See Document 00 25 16 (Pre-Phase II Proposal Meeting Agreement and Waiver of Claims).

12. PHASE I PROCESS AND SCORING

12.1 LIMITED PARTICIPATION. Only DBEs the County will pre-qualify pursuant to the process described in this section are eligible to submit Phase II Proposals.

12.2 SELECTION OF DESIGN BUILD ENTITIES (DBEs)

12.2.1 The County reserves the right to deem non-responsive any Phase I Qualifications submittal which does not address and respond to all of the Phase I requirements.

12.2.2 Phase II Proposals of all DBEs will be deemed as qualified using:

12.2.2.1 Passing all the Pass/Fail factors

12.2.2.2 Achieving required minimum score of Scored Factors of Phase 1 evaluation shall be considered.

12.2.3 Point score on Phase I qualifications, as determined by the County, will be forwarded into final scoring at Phase II Proposal, per section 20.1.1.

12.2.4 Addendums. County issued addendums of the Pre-submittal Conferences, which constituted the sole and exclusive record and statement of the results of the Pre-submittal Conferences in accordance with section 9.5. The addendums issued by County are not Contract Documents and do not change any of the requirements of this Request for Proposal.

12.3 COSTS OF PREPARING PHASE I QUALIFICATIONS. DBEs are solely responsible for all costs associated with preparing their Phase I Qualifications.

12.4 PHASE I QUALIFICATIONS RECEIPT AND EVALUATION.

Page 17: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 15 Request For ProposalsFrom Design-Build Entities

12.4.1 Phase I Qualifications Packages will not be opened publicly and will be held in confidence during the Qualifications evaluation period prior to the Contract award. Phase I Qualifications Packages may become public later as described in Paragraph 9.11.

12.4.2 The County may perform a preliminary completeness review to identify any patently defective or non-responsive Phase I submittals. Phase I submittals not meeting the requirements of the Request for Prequalification Submittals per Document 00 11 19.01 (Request for Qualifications from DBEs) could be considered non-responsive. County action on a defective or non-responsive Phase I submittal may include refusal to evaluate the Phase I submittal and elimination of the DBE from the evaluation process. The County reserves the right to take any action consistent with the requirements of this Document 00 11 19 (Request for Proposals from DBEs) including, without limitation, requesting additional information after receipt and opening of any Phase I submittal and waiving any inconsequential Phase I submittal defects.

12.4.3 DBEs who submit a complete and responsive Phase I package may be required to give presentations regarding the design described in their Phase II Proposals to the County’s Proposal review team.

12.5 CRITERIA FOR EVALUATING PHASE I QUALIFICATIONS.

12.5.1 The County evaluated each Phase I submittal based on two categories of “Factors” as described below.

12.5.1.1 The first group of Factors, identified in paragraph 12.5.2 below, were evaluated on a “Pass/Fail” basis. A DBE must “pass” each “Pass/Fail” Factor for the Phase I submittal to be considered for scoring in Phase II.

12.5.1.2 The second group of Factors, identified in Paragraph 12.6 below, were evaluated and scored on a point accumulation basis. A DBE must achieve the required minimum total score for the Phase I submittal to be considered for scoring in Phase II, per paragraph 12.6.2.

12.5.2 Factors Evaluated on a “Pass/Fail” Basis. The following Factors will be evaluated on a “Pass/Fail” basis. The required Certifications for these “Pass/Fail” Factors are contained in Document 00 45 40 (DBE Certifications).

12.5.2.1 Compliance with Outreach Programs (ECOP/SLEB/CBAP). The DBE must include a statement that the DBE will comply with the County’s Enhanced Construction Outreach Program (“ECOP”), Small Local Emerging Business Program (“SLEB”), and Contractor Bonding Assistance Program (“CBAP”).

12.5.2.2 Acceptance of Fixed Contract Terms. The DBE must include a statement that the DBE accepts the contract provisions the County has designated as non-negotiable. The County will not accept any exceptions or modifications to the following documents or language:

Page 18: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 16 Request For ProposalsFrom Design-Build Entities

12.5.3 Statement of Compliance with Project Stabilization Agreement. The DBE must include a statement that the DBE will execute the Project Stabilization Agreement negotiated by the County and comply with the provisions, terms and conditions of that agreement throughout the Project. Prior to the consideration for Phase II Proposal, the County will issue the Project Stabilization Agreement (Document 00 43 45).

12.6 Scored Factors for Evaluation of Phase I Submittals. 12.6.1 In accordance with Public Contract Code Section 22160, et.seq., the County will

evaluate the following Factors. The maximum points available for each scored Factor in Phase I were as follows:

Part Evaluation Factor Categories Maximum Points III.A General Contractor 80 III.B Architect 37 IV.A DBE and GC Experience 52 IV.B Architect Experience 32 V. Key Personnel 33 Total 234

12.6.2 A minimum total points of 163 to advance to a proposal to Phase II.

12.6.3 Deemed qualified, this qualification scoring will be incorporated into scoring of DBE’s proposal in Phase II, in accordance with paragraph 20.1.1. .

12.6.4 Detail breakdown of these Categories is found in Document 00 11 19.01

12.7 Qualifications: This package shall be completed and submitted by all DBE’s in

Contract Document Reference Title

Document 00 61 13.13 (Construction Performance Bond) and 00 61 13.16 (Construction Labor and Material Payment Bond)

Payment and Performance Bond forms; Dual Obligee Rider forms

Documents 00 62 38 (ECOP), 00 62 40 (SLEB), and 00 62 20 (CBAP)

ECOP/SLEB/CBAP

Document 00 65 30 (Guaranty) Warranty – 2 year period

Document 00 72 53, Paragraph 13.3 (General Conditions)

Indemnification

Document 00 43 45 (Project Stabilization/Community Benefits Agreement).

Project Stabilization Agreement

Page 19: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 17 Request For ProposalsFrom Design-Build Entities

accordance with Document 00 11 19.01. 13. NOTICE OF QUALIFICATION; PHASE I PROPOSAL PROTEST.

13.1 Qualification status will be conveyed to all submitting DBEs. Any protest must adhere to terms outlined in section 9.13.

13.2 The County will use reasonable effort to deliver by electronic mail a copy thereof to all DBEs who submitted Proposal Packages no later than the first Business Day after review panel evaluation, although any delay or failure to do so will not extend the protest deadline.

14. PHASE II PROCESS AND SCORING

14.1 LIMITED PARTICIPATION. Only DBEs who have been notified of their selection to submit Phase II Proposals pursuant to the process described in “Phase I” above, and any amendments, modifications or supplements thereto, are eligible to submit Phase II Proposals.

14.2 RECEIPT OF PHASE II PROPOSALS FROM DBEs. Sealed Phase II Proposals from selected DBEs must be submitted to the Office of the County identified in Paragraph 8.4. above, by the date and time set forth in Subparagraph 8.1 above.

14.3 AWARD TO DBE THAT PRESENTS THE MOST ADVANTAGEOUS PROPOSAL. When the Contract is awarded, the County will award the Contract to the qualifying DBE that submits the Proposal that is most advantageous to the County, as shown by receiving the highest score on its Phase II Proposal.

14.3.1 The County reserves the right to deem non-responsive any Phase II Proposal with a proposed Contract Price greater than the published budget, as well as any Phase II Proposal that does not address and respond to all of the requirements of this Request for Proposals, including but not limited to general conformance with the Bridging Documents.

14.3.2 For a Phase II Proposal to be responsive, the DBE must, among other things, meet all Pass/Fail requirements.

14.3.3 The DBE that submits the responsive Proposal deemed to be most advantageous to the County as shown by the highest score on its Phase II submittal will be recommended to receive the award of the Contract.

15. REQUIRED PHASE II EARNEST MONEY AND PROPOSAL SECURITY.

15.9 Earnest Money is not required for this Project.

16. PHASE II PROPOSAL-RELATED CONFERENCES:

16.1 Being a single package submittal process, a separate set of conferences for the Proposal phase is not being used.

16.2 See section 11 for all scheduled conferences.

Page 20: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 18 Request For ProposalsFrom Design-Build Entities

17. OTHER REQUIREMENTS PRIOR TO SUBMITTING PHASE II PROPOSALS Submission of a Phase II Proposal signifies the DBEs careful examination of Request for Proposal Documents and complete understanding of the nature, extent, and location of the Work to be performed. DBEs must complete the tasks listed in Article 5 (Design Builder’s Representations and Warranties) of Document 00 52 53 (Agreement) and submit Document 00 45 40.02 (Bidder Certifications – Phase II) as a condition precedent to submitting a Phase II Proposal, and submission of a Phase II Proposal shall constitute the DBE’s express representation to County that DBE has fully completed these tasks.

18. STIPEND FOR PREPARING PHASE II PROPOSALS; COUNTY’S RIGHTS IN PROPOSALS

18.1. DBE’s who submit the second, third and fourth ranked complete, responsive Phase II Proposals and are not awarded the Contract shall receive a Stipend in the amount of $5,000.00 each no later than 60 days following execution of the Contract and delivery of all required bonds and insurance by the DBE to which the Alameda County Board of Supervisors awards the Contract.

18.2. By submitting a Phase II Proposal, DBEs agree that the County may use any ideas or information contained in the Proposals in connection with any contract awarded for the Project or in connection with a subsequent procurement, without any obligation to pay any additional compensation to the DBE. As used herein, the term “Proposal” includes all technical information submitted in response to the County’s Request for Proposals, including (without limitation), plans, drawings, designs, calculations, specifications, and alternative technical concepts.

18.3. The DBEs shall, and hereby do, grant the County an irrevocable, perpetual, royalty-free, fully paid-up, sole and exclusive license and right to use and exercise any and all of the copyrights or other intellectual property rights that DBE may author or create, alone or jointly with others, in or with respect to the Proposal, including without limitation all drawings, designs and graphic representations. County’s license shall include the right to sub-license, shall be for all purposes with respect to each right of copyright, and shall be without restriction, except that County may not build or sub-license others to build an additional work of improvement that embodies DBE’s copyright protected designs without DBE’s prior written consent, which consent DBE may condition solely upon additional payment to DBE which shall be determined through reasonable and good faith negotiations between DBE and County.

18.4. DBE shall cause to be included in all subcontracts and agreements with respect to the Proposal, language which is consistent with this Section 19.

19. RECEIPT AND EVALUATION OF PHASE II PROPOSALS.

19.1. Except as provided for in Subparagraph 9.11.1 above, the County will retain the Phase II Proposals in strict confidence until completion of the County’s evaluation of all Phase II Proposals and the completion of contract negotiations between the successful DBE and the County.

19.2. DBEs who submit a complete, responsive Phase II Proposal will be required to give detailed technical presentations regarding the details of their Phase II Proposal to the County’s Proposal review team on each Evaluation Factor listed in Paragraph 20.3 below.

Page 21: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 19 Request For ProposalsFrom Design-Build Entities

Following those presentations, the County will perform a detailed Phase II Proposal review. Based on that review, the County may elect to reject any Phase II Proposal which, in the County’s sole discretion, fails to meet the requirements of the Request for Proposals.

19.3. The County reserves the right to conduct negotiations with any or all of the DBEs that submit Phase II Proposals. Negotiations, if any, will be conducted in accordance with Document 00 25 19 (Rules and Procedures for Discussions and Negotiations).

19.4. The County will determine at its sole discretion whether a Phase II Proposal is responsive and whether a DBE is responsible.

19.5. The County will resolve any discrepancies between (a) the indicated sum of any column of figures and the correct sum of those figures in favor of the correct sum, and (b) written words and figures, or written words and numerals, in favor of the written words.

20. CRITERIA FOR EVALUATING PHASE II PROPOSALS

20.1. The County will evaluate each Phase II Proposal based on two categories of “Factors,” as described below.

20.1.1. The first group of scored Factors, identified in Phase I Qualifications at Paragraph 12.6, will be carried forward for all DBE’s deemed qualified, to be reflected in this Phase II tabulation. .

20.1.2. The second group of Factors, identified in Paragraph 20.3, will all be evaluated and scored on a “points” basis.

20.1.3. Staff will recommend the qualifying DBE with the highest score for Phase II to the County Board of Supervisors for award of the Contract.

20.2. “Pass/Fail” Factors: The Factors to be evaluated on a “Pass / Fail” basis are in Phase I only.

20.3. Scored Factors for Evaluation. In accordance with Public Contract Code Section 22160, et.seq., the County will evaluate the following Factors in order to determine which DBE Phase II Proposal provides the Best Value to the County.

MAX MIN

1. Contract Price 200 100 2.Detailed Schedule w/ Milestones 100 70 3.DBE Qualifications (from Phase I) 234 163 4.Technical Design a - MEP/IT Design 20 10 b - Life-Safety Design 20 10 c - Design Fidelity 40 30 80 50 5.LifeCycle Cost - LEED Compliance 20 10 6. Outreach 36 18 7. Construction Expertise 20 10 Total: 690 421 8. Interview Points 10 0

Page 22: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 20 Request For ProposalsFrom Design-Build Entities

1. Contract Price:. DBE shall receive the minimum of score in table above with

submission of a Contract Price. DBE shall receive an additional one (1) Point for each $10,000 reduction from the cost limit noted in paragraph 2. DBE may offer a Contract Price up to $1,000,000 lower than the cost limit, provided its Proposal meets all the requirements of the Bridging Documents and Phase II RFP. No fractional points will be awarded. DBE’s competitive proposal price reduction, if any, must be stated in Document 00 42 53 (Proposal Form).

2. Detailed Schedule with Milestones:. DBE shall receive the minimum of score noted

in table above with submission of a Schedule. DBE shall receive an additional one (1) Point for each one (1) day reduction from the Schedule noted in section 4. DBE may offer a Contract Price up to 30 days lower than the Final Schedule, provided its Proposal meets all the requirements of the Phasing as outlined in section 4, the Bridging Documents and Phase II RFP. Project Schedule, including the review and approval of milestones during the Start-Up, Design Completion, Construction, Commissioning and Project Close-Out phases.

3. Phase 1 Qualifications:. The value for this scoring comes from the Phase 1

Qualifications review in accordance with paragraph 12.6. 4. Technical Design:. DBE shall submit a Technical Design Proposal for the three

elements specified below. The response to each element shall affirm the DBE’s general compliance to the Bridging Documents. DBE may include in its Technical Design Proposal specific elements wherein the DBE believes that its proposal will enhance the Project in excess of the minimum requirements of the Bridging Documents. Technical Design Proposals may address items including, but not limited to, sustainability and green building, quality and performance of materials, equipment and systems, and warrantees/guarantees. These Technical Design Proposals must conform to all applicable codes and regulatory requirements, and shall not alter other requirements of the Request for Proposals unless specifically approved by the County in writing. The Technical Design Proposal shall provide a thorough description of the quantity, quality and methods proposed. DBEs should consider maintenance and user requirements in making Technical Design Proposals. The County will make any final determination as to the appropriateness of Technical Design Proposals, including those that will be authorized to be incorporated into the Work. Technical Design Proposals are to be straightforward, clear, concise and specific to the information requested; they are to contain only material directly related to response requirements, not general marketing material. Excessive material will be viewed unfavorably. a. MEP/IT Design: The County’s new standard for HVAC controls is reflected in this

Bridging Design. While initial layouts have been configured, DBE shall provide a concise description of the electrical systems, including distribution, operational flexibility, and other relevant factors. Describe the overall coordination and integration of systems with other building systems. Include discussion of centralized controls, functionality, compatibility of components, maintenance, operating efficiency, operation/configuration, system performance expectations

Page 23: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 21 Request For ProposalsFrom Design-Build Entities

and other relevant information. A narrative and/or diagrams are acceptable methods of communication. DBE shall receive an additional one (1) Point, upto ten (10) points, for each clear demonstration of the incorporation of this system in accordance with the Phasing noted in paragraph 4.

b. Life-Safety Design: Provide a concise description of the life-safety system being proposed. A narrative and/or diagrams are acceptable methods of communication. DBE shall receive the minimum of score noted in table above with submission of statement affirming the installation of this system. DBE shall receive an additional one (1) Point, upto ten (10) points, for each clear demonstration of the incorporation of this system in accordance with the Phasing noted in paragraph 4.

c. Fidelity to Current Design: The County has contracted with Noll & Tam who worked with the future building tenants – Probation and SSA – to arrive at a design solution for all spaces in the building. DBE shall receive the minimum of score noted in table above with submission of statement affirming the installation of the published design extents and finishes. DBE shall receive an additional one (1) Point, upto ten (10) points, for each clear demonstration of fidelity with the incorporation of the D-B elements.

5. Life Cycle/Sustainable Design: DBE is required to deliver USGBC LEED-Silver,

DBE must provide a two-page description of your Sustainability Approach to the Project, including a plan to achieve the equivalent of LEED Silver Certification. A LEED Score sheet, narrative and/or diagrams are acceptable methods of communicating the description. DBE shall receive the minimum of score noted in table above with submission of required materials above.

6. Outreach: Each DBE shall submit a Subconsultant/Subcontractor Procurement Plan

satisfying all requirements of Document 00 62 30 (Subconsultant/Subcontractor Procurement) and showing how the DBE will comply with the County Outreach Programs. Include in separate sections:

a. Enhanced Construction Outreach Program (ECOP) compliance in accordance with

Document 00 62 38 (Enhanced Construction Outreach Program). b. Small Local Emerging Businesses (SLEB) Program compliance in accordance with

Document 00 62 40 (Small Local Emerging Businesses Program). c. Contractor Bonding Assistance Program (CBAP) compliance in accordance with

Document 00 62 20 (Contractor Bonding Assistance Program).

7. Construction Expertise: Each DBE shall provide a Design and Construction Management Plan describing its approach to the management of the Project with particular attention to the items listed below:

a. Project Team organization showing management responsibilities (and levels of authority) for the design and construction phases.

b. Approach to conflict resolution. c. Electronic Communications (including software, web-based management tools,

etc.). d. Meetings and Conferences. e. Site Requirements/Site Use, including plan to mitigate impact to surrounding

Page 24: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 22 Request For ProposalsFrom Design-Build Entities

neighborhood and in-building County staff. f. Sustainability/Recycling/Waste Management. g. Construction Traffic Management Plan. h. Site Staging and Logistics Plan. i. Quality Control and Quality Assurance program. j. Monthly Reports. k. Record Documents

8. Interview Presentation (upto 10 points). Following the County’s technical review of each Proposal, if Presentations are used, DBE will be invited to present their Proposals to the County. During that Interview Presentation, the County may, at its discretion, award up to ten (10) points based on its determination that a Proposal will provide the Best Value to the County for the design and construction of the Project.

21. EXCEPTIONS TO CONTRACT DOCUMENTS AND LIST OF ASSUMPTIONS. Each

DBE will provide a letter containing a complete statement of all exceptions, if any, to the contractual terms in Division 00 and 01 of the Contract Documents and all material assumptions underlying the DBE’s response to this Request for Proposals. Exceptions will be considered during those negotiations, if any, conducted in accordance with Document 00 25 19 (Rules and Procedures for Discussions and Negotiations). No exception may be taken to the Fixed Contract Terms listed in Subparagraph 12.2.5, above, or to the general conformance to the Bridging Documents.

22. NOTICE OF INTENT TO AWARD; PHASE II PROPOSAL PROTEST.

22.1. Notice of Intent to Award will be conveyed to all qualified DBEs. Any protest must adhere to terms outlined in section 9.13.

22.2. The County will use reasonable effort to deliver by electronic mail a copy thereof to all DBEs who submitted Proposal Packages no later than the first Business Day after review panel evaluation, although any delay or failure to do so will not extend the protest deadline.

23. ANNOUNCEMENT OF AWARD. When the award is made, County shall publicly announce the award of the Contract by issuing Document 00 51 00 (Notice of Award), by posting the same in the Office of the County, and by mailing a copy of Document 00 51 10 to all parties who requested that the County provide such notice. The Notice of Award shall include, at a minimum, all of the following: (1) the name of the DBE to whom the award was made; (2) a written statement supporting the Contract award which states the basis of the award; and (3) the County’s second and third ranked DBEs.

24. POST-NOTICE OF AWARD REQUIREMENTS. After issuance of Document 00 51 10 (Notice of Award), the successful DBE must submit the following documents to County by 5:00 p.m. of the tenth (10th) Day following DBEs receipt of the Notice of Award. Execution of the Contract depends upon receipt and approval of these documents:

24.1. Document 00 52 53 (Agreement): To be executed by the successful DBE. Submit three (3) copies, each bearing all required original signatures.

24.2. Document 00 61 13.13 (Construction Performance Bond): To be executed by the successful DBE and its surety, in the form set forth in Document 00 61 13.13.

Page 25: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P 00 11 19 - 23 Request For ProposalsFrom Design-Build Entities

24.3. Document 00 61 13.14 (Dual Obligee Rider - Construction Performance Bond): To be executed by the successful DBE and its surety, in the form set forth in Document 00 61 13.14.

24.4. Document 00 61 13.16 (Construction Labor and Material Payment Bond): To be executed by the successful DBE and its surety, in the form set forth in Document 00 61 13.16.

24.5. Document 00 61 13.17 (Dual Obligee Rider - Construction Labor and Material Payment Bond): To be executed by the successful DBE and its surety, in the form set forth in Document 00 61 13.17.

24.6. Document 00 65 30 (Guaranty): To be executed by the successful DBE, in the form set forth in Document 00 65 30.

24.7. Insurance forms, documents, certificates and endorsements required by Document 00 73 16 (Insurance).

24.8. Any other item specified in Document 00 51 00 (Notice of Award).

24.9. County shall have the right to confirm the Construction Performance Bond, Construction Labor and Material Payment Bond, Dual Obligee Rider - Construction Performance Bond, and Dual Obligee Rider - Construction Labor and Material Payment Bond by communicating directly with the performance bond and payment bond surety proposed by the successful DBE. DBE’s surety must be satisfactory to County. Corporate sureties on these bonds and on bonds accompanying Phase II Proposals must be duly licensed to do business in the State of California and must have an A.M. Best Company financial strength rating of A- (Excellent) and a Class VII or better Financial Size Category rating.

END OF DOCUMENT

Page 26: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P

00 11 19.01 - 1 Request For QualificationsFrom Design-Build Entities

EXPLANATION OF SCORING FRAMEWORK The prequalification determination for a D-B Entity will result from consideration of the scores attained in all parts of the Prequalification Questionnaire.

PART I: INFORMATION ABOUT THE D-B ENTITY Part I applies to the D-B Entity as a whole and is for identification purposes only. There is no scoring value to this part. Subpart I.A is the only public record portion of the Project Prequalification Questionnaire. There is no scoring value to this portion of the questionnaire.

PART II: ESSENTIAL REQUIREMENTS FOR THE D-B ENTITY AS A WHOLE Part II applies to the D-B Entity as a whole and consists of a series of pass/fail qualification questions. All questions must be answered correctly or the D-B Entity may be disqualified with no consideration given to the remainder of the Questionnaire.

PART III: SCORED QUESTIONS FOR INDIVIDUAL MEMBERS OF THE D-B ENTITY Parts III and IV include minimum scores that must be attained for the General Contractor and Architect/Engineer. Scores at or above the minimums will be combined with the scores of the other parts of the Prequalification Questionnaire to determine the Total Score for the D-B Entity. A. A minimum score of 59 must be attained for the General Contractor, or the General

Contractor will be rated as not-qualified, and the D-B Entity will not be prequalified. B. A minimum score of 27 must be attained for the Architect/Engineer, or the Architect will be

rated as not-qualified, and the D-B Entity will not be prequalified.

Subpart III.A: Scored Questions for the General Contractor Subpart III.A applies to the General Contractor. It consists of a series of questions that must be answered, each of which has an established numerical score for potential answers (as shown in the sample Scoring Worksheet provided herein). The total score attained establishes the rating for the D-B Entity’s General Contractor. There is a maximum possible score of 80, with a Minimum required total score of 59.

Subpart III.B: Scored Questions for the Architect/Engineer Subpart III.B applies to the Architect/Engineer. It consists of a series of questions that must be answered, each of which has an established numerical score for potential answers (as shown in the sample Scoring Worksheet provided herein). The total score attained establishes the rating for the D-B Entity’s Architect/Engineer. There is a maximum possible score of 37, with a Minimum required total score of 27.

PART IV: RECENT CONSTRUCTION PROJECTS COMPLETED In order to help the County assess the extent to which the D-B Entity has the experience, competency, capability, and capacity to complete a project similar in size, building type, and complexity of the Project, Part IV requires the D-B Entity to submit information on recently-completed projects that are of similar size, building type, and complexity. The County will have sole discretion to determine which projects are similar to the Project. Scores at or above the

Page 27: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P

00 11 19.01 - 2 Request For QualificationsFrom Design-Build Entities

minimums will be combined with the scores of the other parts of the Prequalification Questionnaire to determine the Total Score for the D-B Entity.

Subpart IV.A: D-B ENTITY AND GENERAL CONTRACTOR EXPERIENCE Subpart IV.A applies to the General Contractor. It consists of information the general contractor is to provide and has a numerical score for responses (as shown in the sample Scoring Worksheet provided herein). The total score attained establishes the rating for the D-B Entity’s General Contractor. There is a maximum possible score of 52, with a Minimum required total score of 31.

Subpart IV.B: ARCHITECT/ENGINEER EXPERIENCE Subpart IV.B applies to the Architect/Engineer. It consists of information the Architect/Engineer is to provide, and has an established numerical score for responses (as shown in the sample Scoring Worksheet provided herein). The total score attained establishes the rating for the D-B Entity’s Architect/Engineer. There is a maximum possible score of 42, with a Minimum required total score of 24. PART V: KEY PERSONNEL In order to help the County assess to what extent D-B Entity personnel have sufficient experience and training to competently manage and complete the design and construction of the Project, Part V requires the D-B Entity to submit information regarding individuals who will perform key roles in the Project. Part V consists of a series of questions that must be answered by the General Contractor and Architect/Engineer. A score at or above the minimum will be combined with the scores of the other parts of the Prequalification Questionnaire to determine the Total Score for the D-B Entity. There is a maximum possible score of 33. A Minimum required total score of 20 must be attained or the Design-Build Entity will be rated as not-qualified. A score at or above the minimum will be combined with the scores of the other parts of the Prequalification Questionnaire to determine the Total Score for the D-B Entity.

PART VI: VERIFICATION Part VI requires verification under oath by the D-B Entity and each Core Organization in a manner consistent with the verification requirements for civil pleadings pursuant to Code of Civil Procedure section 446. The County will not review Prequalification Questionnaires that are not properly verified.

Page 28: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P

00 11 19.01 - 3 Request For QualificationsFrom Design-Build Entities

Inst

ruct

ions

for

Pre

qual

ific

atio

n S

ubm

issi

on

Page 29: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Issued with RFQ-P

00 11 19.01 - 4 Request For QualificationsFrom Design-Build Entities

INSTRUCTIONS FOR PREQUALIFICATION SUBMISSION Each Prequalification Questionnaire must be signed under penalty of perjury in the manner designated on the Certification page (Part VI), by an individual who has the legal authority to bind the D-B Entity on whose behalf that person is signing. If any information provided by a D-B Entity becomes inaccurate, the D-B Entity must immediately notify the County and provide updated accurate information in writing, under penalty of perjury. Requested information must be provided on the Prequalification Questionnaire forms provided. To the extent that additional space is required in order to fully and completely answer any question the submitting firm should note in the Questionnaire space provided that additional information is being submitted. Submit such information on the company letterhead of the firm submitting the Questionnaire with reference to: (a) the Project (by name and project number), (b) the relevant subpart and question, and (c) the Questionnaire page number for which the information is being provided. Prequalification Questionnaires must be bound and submitted with tabs indicating all subparts. Attachments and additional information must be placed behind the appropriate tabs for the subpart for which they are required. The front of the binders must be marked “CONFIDENTIAL” and must indicate the D-B Entity’s name and address using the following format:

PREQUALIFICATION QUESTIONNAIRE Company Name and Address: ________________________________________________ Project Name(s): __________________________________________________________ Project Number(s): ________________________________________________________

Submittal of Qualifications package must be in accordance with requirements outlined in Document 00 11 19.

Proposers shall assume full responsibility for timely delivery at the location designated for receipt of Prequalification Questionnaires. ORAL, TELEPHONIC, FACSIMILE, TELEGRAPHIC, OR E-MAILED PREQUALIFICATION QUESTIONNAIRES ARE INVALID AND WILL NOT BE ACCEPTED. NO PREQUALIFICATION DOCUMENTS WILL BE ACCEPTED AFTER THE DUE DATE AND TIME unless the County determines that it is in its best interest to reopen the prequalification process. IF HAND DELIVERING SUBMITTALS ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO A SECURE BUILDING. All submittals, whether delivered by contractor, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address no later than the time designated. The GSA-Purchasing Division's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of submissions.

Page 30: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Issued with RFQ-P 00 11 19.01 - 6 Request For QualificationsFrom Design-Build Entities

Pre

-Qu

alif

icat

ion

Qu

esti

onn

aire

Page 31: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-2 REV#1 3/27/2015

PREQUALIFICATION QUESTIONNAIRE County of Alameda

PART I: INFORMATION ABOUT THE DESIGN-BUILD ENTITY AND ITS MEMBERS

I.A CONTACT INFORMATION

D-B Entity Name: Contact: Person:

Address: Phone: _________ Fax:

Email Address: Type of Entity (check one):

Corporation Partnership Sole Prop. Joint Venture Other Association

General Contractor Architect/Engineer

PUBLIC RECORD

Member Firm(s)

Discipline Name & Address License

Page 32: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-3 REV#1 3/27/2015

I.B INFORMATION ABOUT THE D-B ENTITY

Entity Name: Contact: Person:

Address: Phone: Fax:

Email Address: Type of Entity (check one):

Corporation Partnership Sole Prop. Joint Venture Other Association 1a. Date of entity incorporation, formation or commencement: b. State of formation or incorporation: c. How many people does your organization currently employ: d. If the entity is a corporation, please complete the following table; provide information for each

officer of the corporation or individual(s) with 10% or more of the corporate stock:

e. If the entity is a partnership, please complete the following table; provide information for each

partner who owns 10% or more of the firm:

f. If the entity is a sole proprietorship, please provide the name and social security number of the company owner:

Name Social Security No.

Position Name Years

with Co. %

Ownership President Vice-President Secretary Treasurer

Position Name Years

with Co. %

Ownership General Partner

Page 33: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-4 REV#1 3/27/2015

g. If the entity is a joint venture, please complete the following table; provide information for each

member of the joint venture:

Name of Firm Name of Owner, General Partner, or

President % Ownership of

Joint Venture

h. For each person listed in table 1d, 1e, 1f, or 1g, identify every construction company that the person

has been associated with (as owner, general partner, limited partner, or officer) at any time during the last five (5) years:

NOTE: For this question, “owner” and “partner” refer to ownership of 10% or more of the business, or 10% or more of its stock, if the business is a corporation.

Name Company Position with

Company Dates of

Employment

2. Has there been any change in ownership of the D-B Entity at any time during the last three (3)

years?

NOTE: A corporation whose shares are publicly traded must only report a change in ownership of a controlling block of shares.

Yes No

If “yes,” explain:

Page 34: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-5 REV#1 3/27/2015

3. Is the D-B Entity a subsidiary, parent, holding company or affiliate of another design or construction firm?

NOTE: Include information about other firms if one firm owns 50% or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm.

Yes No

If “yes,” explain:

4. Are any of the D-B Entity’s corporate officers, partners or owners associated with any other design or construction companies?

NOTE: Include name, address, and position information about each other firm in which an owner, partner, or officer of your firm holds a similar position.

Yes No

If “yes,” explain:

5. State the D-B Entity’s gross revenues for each of the last three years years:

2012: 2011: 2010:

6. Based on the financial statement required in Part II.A, provide the following information about the D-B Entity:

Current Assets: $

Current Liabilities: $ Total Net Worth: $ Current Asset/Liability Ratio: $

Page 35: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-6 REV#1 3/27/2015

Working Capital (Current Assets – Current Liabilities) $

7. Has the D-B Entity changed its name or license number in the past five (5) years?

Yes No

If “yes,” explain:

8. Has any owner, partner, or (for corporations) officer of the D-B Entity operated a design or construction company under any other name in the last five (5) years?

Yes No

If “yes,” explain:

Page 36: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-7 REV#1 3/27/2015

I.C INFORMATION ABOUT THE GENERAL CONTRACTOR

Entity Name: Contact: Person:

Address: Phone: Fax:

Email Address: Type of Entity (check one):

Corporation Partnership Sole Prop. Joint Venture Other Association 1a. Date of entity incorporation, formation or commencement: b. State of formation or incorporation: c. How many people does your organization currently employ: d. If the entity is a corporation, please complete the following table; provide information for each

officer of the corporation or individual(s) with 10% or more of the corporate stock:

e. If the entity is a partnership, please complete the following table; provide information for each

partner who owns 10% or more of the firm:

Position Name Years

with Co. %

Ownership President Vice-President Secretary Treasurer

Position Name Years

with Co. %

Ownership General Partner

Page 37: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-8 REV#1 3/27/2015

f. If the entity is a sole proprietorship, please provide the name and social security number of the company owner:

Name Social Security No.

g. If the entity is a joint venture, please complete the following table; provide information for each

member of the joint venture:

Name of Firm Name of Owner, General Partner, or

President % Ownership of

Joint Venture

h. For each person listed in table 1d, 1e, 1f, or 1g, identify every construction company that the person

has been associated with (as owner, general partner, limited partner, or officer) at any time during the last five (5) years:

NOTE: For this question, “owner” and “partner” refer to ownership of 10% or more of the business, or 10% or more of its stock, if the business is a corporation.

Name Company Position with

Company Dates of

Employment

Page 38: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-9 REV#1 3/27/2015

2. Has there been any change in ownership of the General Contractor at any time during the last three (3) years? NOTE: A corporation whose shares are publicly traded must only report a change in ownership of a controlling block of shares.

Yes No

If “yes,” explain:

3. Is the General Contractor a subsidiary, parent, holding company or affiliate of another design or construction firm?

NOTE: Include information about other firms if one firm owns 50% or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm.

Yes No

If “yes,” explain:

4. Are any of the General Contractor’s corporate officers, partners or owners associated with any

other design or construction companies?

NOTE: Include name, address, and position information about each other firm in which an owner, partner, or officer of your firm holds a similar position.

Yes No

If “yes,” explain:

5. State the General Contractor’s gross revenues for each of the last three years:

2010: 2011: 2012:

Page 39: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-10 REV#1 3/27/2015

1. Based on the financial statement required in Part II.B, provide the following information about the General Contractor:

Current Assets: $

Current Liabilities: $ Total Net Worth: $ Current Asset/Liability Ratio: $ Working Capital (Current Assets – Current Liabilities): $

7. List all license numbers, classifications and expiration dates of the California contractor licenses

held by the General Contractor. General Contractor must have a Class B License issued by the State of California:

Yes No

Contractor License Number Classification(s) Expiration Date

8.

If any of the General Contractor’s license(s) are held in the name of a corporation, partnership, or other entity, list below the names of the qualifying individuals(s) listed on the CSLB records who meet(s) the experience and examination requirements for each license.

Contractor License Number Name of Qualifying Individual

9. Has the General Contractor changed its name or license number in the past five (5) years?

Yes No

If “yes,” explain:

Page 40: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-11 REV#1 3/27/2015

10. Has any owner, partner, or (for corporations) officer of the General Contractor operated a design or construction company under any other name in the last five (5) years?

Yes No

If “yes,” explain:

11. Provide documentation from the General Contractor’s surety identifying the following:

Bonding Co./Surety: Surety Agent: Agent Address: Telephone #:

12. List all other sureties (by name and with full address) that have written payment or performance bonds for the General Contractor during the last five (5) years, including the dates during which each wrote the bonds:

Date Surety Address

Page 41: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-12 REV#1 3/27/2015

I.D INFORMATION ABOUT THE ARCHITECT/ENGINEER

Entity Name: Contact: Person:

Address: Phone: Fax:

Email Address: Type of Entity (check one):

Corporation Partnership Sole Prop. Joint Venture Other Association 1a. Date of entity incorporation, formation or commencement: b. State of formation or incorporation: c. How many people does your organization currently employ:

d. If the entity is a corporation, please complete the following table; provide information for each officer of the corporation or individual(s) with 10% or more of the corporate stock:

e. If the entity is a partnership, please complete the following table; provide information for each

partner who owns 10% or more of the firm:

Position Name Years

with Co. %

Ownership President Vice-President Secretary Treasurer

Position Name Years

with Co. %

Ownership General Partner

Page 42: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-13 REV#1 3/27/2015

f. If the entity is a sole proprietorship, please provide the name and social security number of the company owner:

Name Social Security No.

g. If the entity is a joint venture, please complete the following table; provide information for each

member of the joint venture:

Name of Firm Name of Owner, General Partner, or

President % Ownership of

Joint Venture

h. For each person listed in table 1d, 1e, 1f, or 1g, identify every design firm that the person has been

associated with (as owner, general partner, limited partner, or officer) at any time during the last five (5) years:

NOTE: For this question, “owner” and “partner” refer to ownership of 10% or more of the business, or 10% or more of its stock, if the business is a corporation.

Name Company Position with

Company Dates of

Employment

2. Has there been any change in ownership of the Architect/Engineer at any time during the last

three years?

NOTE: A corporation whose shares are publicly traded must only report a change in ownership of a controlling block of shares.

Yes No

If “yes,” explain:

Page 43: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-14 REV#1 3/27/2015

3. Is the Architect/Engineer a subsidiary, parent, holding company or affiliate of another design or

construction firm?

NOTE: Include information about other firms if one firm owns 50% or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm.

Yes No

If “yes,” explain:

4. Are any of the Architect/Engineer’s corporate officers, partners or owners associated with any other design or construction companies?

NOTE: Include name, address, and position information about each other firm in which an owner, partner, or officer of your firm holds a similar position.

Yes No

If “yes,” explain:

5. State the Architect/Engineer’s gross revenues for each of the last three years: 2010: 2011: 2012:

6. Based on the financial statement required in Part II.C, provide the following information about the Architect/Engineer:

Page 44: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-15 REV#1 3/27/2015

Current Assets: $

Current Liabilities: $ Total Net Worth: $ Current Asset/Liability Ratio: $ Working Capital (Current Assets – Current Liabilities) $

7.

Has the Architect/Engineer changed its name or license number in the past five (5) years?

Yes No

If “yes,” explain:

8. Has any owner, partner, or (for corporations) officer of the Architect/Engineer operated a design

or construction company under any other name in the last five (5) years?

Yes No

If “yes,” explain:

9. Provide the following information for the Architect/Engineer of Record (i.e., the Architect/Engineer whose stamp will appear on the Project documents) for the Project:

Name License Number Years Licensed 10. Provide the following information for all Architect/Engineers who will be providing services

the Project:

Name License Number Years Licensed

Page 45: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-16 REV#1 3/27/2015

PART II: ESSENTIAL REQUIREMENTS FOR THE DESIGN-BUILD ENTITY AS A WHOLE

II.A ESSENTIAL REQUIREMENTS FOR THE D-B ENTITY AS A WHOLE

NOTE: The D-B Entity will be automatically disqualified if the answer to questions 1, 2, 3 or 4 is “No.” 1. Has the D-B Entity completed one public sector Design-Build project with a total contract value of $2,500,000 or more in the last seven years?

Yes No

For purposes of this section, the term “project” shall mean a project as defined in Public Contract Code section 20133(c)(4) as, “the construction of a building and improvements directly related to the construction of a building…,” and the terms “public sector” shall mean any work performed pursuant to a contract with a public or other governmental agency.

2. If the D-B Entity is a joint-venture or partnership, has the D-B Entity attached a copy of the agreement creating the entity and which specifies that all partners or association members agree to be fully liable for the performance under the design-build contract?

NOTE: A corporation or sole proprietorship is not required to answer this question.

Yes No

3. Has the D-B Entity attached a copy of it most current reviewed or audited financial statement with accompanying notes and supplemental information, as well as reviewed or audited financial statements with accompanying notes and supplemental information for the past 3 years? At least one such statement for the D-B entity must be attached. Yes No

A financial statement that is not either reviewed or audited is not acceptable. A letter verifying availability of a line of credit is not a substitute for the required financial statement.

4. Does the D-B Entity agree to participate in the County’s Enhanced Construction Outreach Program (ECOP) the Small, Local, & Emerging Business Program (SLEB) and the Project Stabilization/ Community Benefit Agreement (PS/CBA)?

Yes No

NOTE: The D-B Entity will be automatically disqualified if the answer to any of questions 5 through 11 is “Yes.”

Page 46: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-17 REV#1 3/27/2015

5. Has the D-B Entity ever defaulted on a construction contract?

Yes No

6. Within the last five (5) years, has a surety firm completed a contract on behalf of the D-B Entity or any of its members, or paid for completion because the D-B Entity or one of its members was default terminated by the project owner?

Yes No

7. At the time of submitting this Prequalification Questionnaire, is the D-B Entity or any of its members ineligible to bid on, propose on, or be awarded a public works contract, or perform as a sub-contractor on a public works contract, pursuant to either Labor Code section 1777.1 or Labor Code section 1777.7?

Yes No

8. At any time during the last five (5) years, has the D-B Entity or any of its members been convicted of a crime involving the awarding of a contract for a government construction project, or the bidding or performance of a government contract?

Yes No

9. Has the D-B Entity or any of its members, any of their owners or officers ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity?

Yes No

10. Has the D-B Entity or any of its members, any of their owners or officers ever been convicted of a crime involving any federal, state, or local law related to construction?

Yes No

11. Has the D-B Entity or any of its members, any of their owners or officers ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty?

Yes No

Page 47: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-18 REV#1 3/27/2015

II.B ESSENTIAL REQUIREMENTS FOR THE GENERAL CONTRACTOR

NOTE: The D-B Entity will be automatically disqualified if the answer to any of questions 12 through 16 is “No.”

12. Do the General Contractor and each proposed Sub-Contractor possess a valid, current California contractor’s license for the Project services for which it intends to submit a proposal?

For this Project, the General Contractor must have a current and active California State Contractor’s license with a “B” General Building Contractor classification. All Core Sub-Contractors must possess a valid license appropriate for the work they will perform on the Project.

Yes No

13. Does the General Contractor have a liability insurance policy with a policy limit of at least $2,000,000 per occurrence and $5,000,000 aggregate?

Yes No

14. Does the General Contractor have current workers’ compensation insurance policies as required by the Labor Code or legal self-insurance pursuant to Labor Code section 3700 et seq.?

Yes No

15. Has the General Contractor attached a copy of it’s most current reviewed or audited financial statement with accompanying notes and supplemental information, as well as reviewed or audited financial statements with accompanying notes and supplemental information for the past 3 years?

Yes No

A financial statement that is not either reviewed or audited is not acceptable. A letter verifying availability of a line of credit is not a substitute for the required financial statement.

16. Has the General Contractor attached a notarized statement from a surety insurer admitted and authorized to issue bonds in the State of California (i.e., approved by the California Department of Insurance), which states that the General Contractor’s current payment and performance bonding capacity is sufficient for the Project?

NOTE: Required minimum performance and payment bonding capacity for the Project is equal to the estimated Project construction costs, excluding the estimated Project design costs.

Yes No

The notarized statement must be from the surety company, not an agent or broker.

NOTE: The D-B Entity will be automatically disqualified if the answer to any of questions 17 through 23 is “Yes.”

Page 48: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-19 REV#1 3/27/2015

17. At any time during the last five (5) years, has any Contractors State Licensing Board license of the General Contractor (or the responsible managing officer/employee thereof) been revoked or suspended?

Yes No

18. Within the last five (5) years, has a surety firm completed a contract on behalf of the General Contractor or paid for completion because the Contractor or Sub-Contractor was default terminated by the project owner?

Yes No

19. At the time of submitting this Prequalification Questionnaire, is the General Contractor ineligible to submit a proposal on or be awarded a public works contract, or perform as a sub-contractor on a public works contract, pursuant to either Labor Code section 1777.1 or Labor Code section 1777.7?

Yes No

20. At any time during the last five (5) years, has the General Contractor, any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract?

Yes No

21. Has the General Contractor, any of its owners or officers ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity?

Yes No

22. Has the General Contractor, any of its owners or officers ever been convicted of a crime involving any federal, state, or local law related to construction?

Yes No

23. Has the General Contractor, any of its owners or officers ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty?

Yes No

Page 49: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-20 REV#1 3/27/2015

II.C ESSENTIALREQUIREMENTSFORTHEARCHITECT/ENGINEER

NOTE: The D-B Entity will be automatically disqualified if the answer to any of questions 24 through 27 is “No.”

24. Do all Architect/Engineers possess valid and current professional licenses for the services for which they intend to provide on the Project?

Yes No

25. Does the Architect/Engineer have a professional liability insurance policy with a policy limit of at least $1,000,000 per claim and $2,000,000 aggregate?

Yes No

26. Does the Architect/Engineer have current workers’ compensation insurance policy as required by the Labor Code or is legally self-insured pursuant to Labor Code section 3700 et seq.?

Yes No

27. Has the Architect/Engineer attached a copy of its most current reviewed or audited financial statement with accompanying notes and supplemental information, as well as reviewed or audited financial statements with accompanying notes and supplemental information for the past 3 years?

Yes No

A financial statement that is not either reviewed or audited is not acceptable. A letter verifying availability of a line of credit is not a substitute for the required financial statement.

NOTE: D-B Entity will be automatically disqualified if the answer to any of questions 28 through 32 is “Yes.”

28. Has any professional license, credential, or registration of any D-B Entity Architect/Engineer of Record or core sub-consultant been revoked or suspended at any time in the last five (5) years?

Yes No

29. At any time during the last five (5) years, has the Architect/Engineer, or any owner or officer of either, been convicted of a crime involving the awarding of a contract for a government construction project, or performance of a government contract?

Yes No

30. Has the Architect/Engineer or any of its owners, officers, or partners ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity?

Yes No

31. Has the Architect/Engineer, or any of its owners, officers, or partners, ever been convicted of a crime involving any federal, state, or local law related to construction?

Page 50: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-21 REV#1 3/27/2015

Yes No

32. Has the Architect/Engineer, or any of its owners, officers, or partners, ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty?

Yes No

Page 51: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-22 REV#1 3/27/2015

PART III: SCORED QUESTIONS FOR MEMBERS OF THE D-B ENTITY AND CORE ORGANIZATIONS

III.ASCOREDQUESTIONSFORTHEGENERALCONTRACTOR

The term “GC Associates” shall mean all of the following: The current qualifiers for all current Contractors State License Board licenses held by the contractor. All current officers of a contractor which is a corporation. All current partners of a contractor which is a partnership. All current joint ventures of the joint venture contractor which is seeking prequalification.

Organizational Performance

1. How many years has the General Contractor been in business in California as a General Contractor under its present business name and license number?

NOTE: If the General Contractor is a joint-venture, enter the average of the qualifying years for each partner to the joint-venture.

Years:

2. Are the General Contractor or GC Associates currently the debtor in a bankruptcy case?

Yes No

If “yes,” for each case, indicate the case number, and the date on which the petition was filed (attach additional sheets as necessary). Case #: Date filed:

3. Were the General Contractor or GC Associates in bankruptcy at any time during the last five years? (This question refers only to a bankruptcy action that was not described in answer to question 3, above)

Yes No

If “yes,” for each case, indicate the case number and the date on which the petition was filed, and the Bankruptcy Court’s discharge order number (attach additional sheets as necessary). Case #: Date filed: Discharge #:

Licensing

4. In the past five years, have the General Contractor or GC Associates been cited for violations of the Contractors State License Law (Chapter 9 commencing with section 7000 of Division 3 of the Business and Professions Code), excluding alleged violations of federal or state law including the payment of wages, benefits, apprenticeship requirements, or personal income tax withholding?

NOTE: If the General Contractor or GC Associates have filed an appeal of a citation that has not yet been ruled on, it need not include information about that claim.

Yes No

If ”yes,” describe the nature of each violation, identify the name of the project, the date of its completion, the owner for which it was constructed, and give a brief explanation (attach additional sheets if necessary).

Page 52: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-23 REV#1 3/27/2015

Violation: Project: Completion: Owner: Explanation:

Claims & Disputes

5. At any time in the last five years has the General Contractor or GC Associates been assessed and paid liquidated damages of more than $50,000 after completion of a project under a construction contract with either a public or private owner?

Yes No

If yes, identify all such projects by owner, owner’s address, completion date of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages (attach additional sheets as necessary):

Owner: Address: Completed: Amount:Other:

NOTE: For purposes of questions 6 and 7, the term “Associated Firm” refers to another construction firm in which an owner, partner or officer of the GC firm held a similar position, and which is listed in response to question 3 or 4 of Part I.C of this form.

6. Has the General Contractor or an Associated Firm, or any firm with which any of the General

Contractor’s owners, officers or partners was associated, ever defaulted on a construction contract?

Yes No

If “yes,” for each instance, identify the company, the person within the General Contractor who was associated with that company, the year of the event, the owner of the project, the project and the basis for the default (attach additional sheets as necessary).:

Company: Person: Year: Owner: Project: Basis:

Page 53: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-24 REV#1 3/27/2015

7. In the last five years, has the General Contractor or an Associated Firm, or any firm with which

any of the General Contractor’s owners, officers or partners was associated, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason?

Yes No

If “yes,” for each instance, identify the company, the person within the General Contractor who was associated with that company, the year of the event, the owner of the project, the project and the basis for the action (attach additional sheets as necessary).:

Company: Person: Year: Owner: Project: Basis:

8. Has the General Contractor or its GC Associates, or any firm with which any of the General

Contractor’s owners, officers or partners was associated ever been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder?

Yes No

If “yes,” for each instance, identify the year of the event, the owner, the project, the name of the public agency, and the basis for the finding by the public agency (attach additional sheets as necessary):

Year: Owner: Project: Basis:

Page 54: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-25 REV#1 3/27/2015

NOTE: The following two questions refer only to disputes between the General Contractor or its GC Associates and the owner of a project. You need not include information about disputes between the General Contractor and a supplier, another contractor, or sub-contractor. You need not include information about “pass-through” disputes in which the actual dispute is between a sub-contractor and a project owner. 9. In the past five years has any claim in excess of $50,000 been made against the General

Contractor or its GC Associates arising from or related to a design or construction contract (including claims for violation of the Federal or California False Claims Act) that was not resolved by change order or contract amendment?

Yes No

If “yes,” identify each claim by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed (if applicable) and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). Attach additional sheets if necessary:

Project: Date: Claimant: Court: Nature:

Description:

10. In the past five years has the General Contractor or its GC Associates made any claim in excess of

$50,000 against a project owner arising from or related to a design or construction contract that was not resolved by change order or contract amendment?

Yes No

If “yes,” identify each claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). Attach additional sheets as necessary:

Project: Date:

Entity: Defendant:

Page 55: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-26 REV#1 3/27/2015

Description:

11. In the last five years has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the General Contractor or its GC Associates?

Yes No

If “yes,” for each carrier, give name of the insurance carrier, the form of insurance and the year of the refusal (attach additional sheets as necessary):

Year: Carrier: Form: Comments:

12. Have the General Contractor or its GC Associates been required to pay a premium of more than

one per cent (1%) for a performance and payment bond on any project(s) on which the General Contractor or its GC Associates worked at any time during the last five years?

Yes No

If “yes,” for each relevant year, state the percentage that your firm was required to pay; you may provide an explanation for a percentage rate higher than one per cent (1%), if you wish to do so (attach additional sheets as necessary):

NOTE: Score will be based on the highest single year.

Year: Rate: Explanation:

13. During the last five (5) years, have the General Contractor or its GC Associates been denied

payment or performance bond coverage by a surety company, or has there ever been a period of time when General Contractor or its GC Associates had no surety bond in place during a public construction project when one was required?

Yes No

Page 56: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-27 REV#1 3/27/2015

If yes, for each instance, indicate the date when General Contractor or its GC Associates were denied coverage and the name of the company or companies that denied coverage; and the period during which you had no surety bond in place (attach additional sheets as necessary):

Date: Surety: Duration Period: Explanation:

Regulatory Compliance

14. Has CAL OSHA cited and assessed penalties against the General Contractor or its GC Associates for any “serious,” “willful” or “repeat” violations of CAL OSHA safety or health regulations in the past five (5) years? NOTE: If the General Contractor or its GC Associates have filed an appeal of a citation that has not yet been ruled on, it need not include information about that claim.

Yes No

If “yes,” for each citation, describe the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision (attach additional sheets as necessary):

Description: Date: Nature: Project: Amount:

15. In the past five years, has the federal Occupational Safety and Health Administration cited and assessed penalties against the General Contractor or its GC Associates? NOTE: If the General Contractor or its GC Associates have filed an appeal of a citation that has not yet been ruled on, it need not include information about that claim.

Yes No

If “yes,” describe each citation (attach additional sheets as necessary):

Page 57: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-28 REV#1 3/27/2015

Explanation:

16. In the past five (5) years, has the EPA or any Air Quality Management District or any Regional

Water Quality Control Board cited and assessed penalties against either the General Contractor or its GC Associates, or the owner of a project on which the General Contractor was part of the D-B Entity, in the past five (5) years? NOTE: If the General Contractor or its GC Associates have filed an appeal of a citation that has not yet been ruled on, it need not include information about that claim.

Yes No

If “yes,” describe each citation (attach additional sheets as necessary):

Explanation:

17. In the past five (5) years, have the General Contractor or its GC Associates been cited for violations of the Federal Insurance Contributions Act (FICA; 26 U.S.C. Sec. 3101 et seq.) withholding requirements?

NOTE: If the General Contractor or its GC Associates have filed an appeal of a citation that has not yet been ruled on, it need not include information about that claim.

Yes No

If ”yes,” describe the nature of each violation, identify the name of the project, the date of its completion, the owner for which it was constructed, and give a brief explanation (attach additional sheets as necessary):

Violation: Project: Completion: Owner: Explanation:

18. Have the General Contractor or its GC Associates been issued a California workers’ compensation insurance Experience Modification Rate (EMR) for each of the past five (5) premium years?

Yes No

Page 58: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-29 REV#1 3/27/2015

For each year during the past (5) years that your EMR was 1.00 or higher, provide an explanation (attach additional sheets as necessary):

Year: Rate: Explanation:

19. Within the last five (5) years, has there ever been a period when the General Contractor or its GC

Associates had employees, but was without workers’ compensation insurance or state-approved self-insurance?

Yes No

If “yes,” provide the following information, explaining the reason for the absence of workers’ compensation insurance (attach additional sheets as necessary).:

Time Period: to Explanation:

Prevailing Wage & Apprenticeship

20. Has there been more than one instance during the last five (5) years in which the General Contractor or its GC Associates were required to pay either back wages or penalties for the General Contractor’s failure to comply with California’s prevailing wage laws?

This question refers only to a violation of prevailing wage laws by the General Contractor or its GC Associates, not to violations of the prevailing wage laws by a sub-contractor or sub-consultant.

Yes No

If ”yes,” describe the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed; the number of employees who were initially underpaid and the amount of back wages and penalties that you were required to pay (attach additional sheets as necessary):

Violation: Project: Completion: Agency: Employees: Amount:

21. During the last five (5) years, has there been more than one occasion in which the General

Contractor or its GC Associates have been penalized or required to pay back wages for failure to comply with the Federal Davis-Bacon Act prevailing wage requirements?

Page 59: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-30 REV#1 3/27/2015

Yes No

If “yes,” describe the nature of the violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed; the number of employees who were initially underpaid, the amount of back wages you were required to pay along with the amount of any penalty paid (attach additional sheets as necessary):

Violation: Project: Completion: Agency: Employees: Amount:

22. Do the General Contractor or its GC Associates and each proposed Sub-Contractor know and

understand their obligations regarding the employment of apprentices on public works under Labor Code section 1777.5 and California Code of Regulations, Title 8, section 230.1?

Yes No

23. Do the General Contractor or its GC Associates intend to request the dispatch of apprentices from an apprenticeship program approved by the California Apprenticeship Council for use on the Project if its associated D-B Entity is awarded the contract?

Yes No

If “yes,” provide the name, address and telephone number of the apprenticeship program from whom the General Contractor or its GC Associates intend to request the dispatch of apprentices.

Program Name Address Phone

24. Have the General Contractor or its GC Associates operated its own state-approved apprenticeship program during the last five (5) years?

Yes No

If “yes,” state the year in which each such apprenticeship program was approved, identify the craft or crafts in which the General Contractor or its GC Associates provided apprenticeship training, and state the number of individuals who were employed by the General Contractor or its GC Associates as apprentices at any time during the past five (5) years in each apprenticeship program and the number of persons who, during the past five (5) years, completed apprenticeships in each craft while employed by your firm.

Year: Rate: Crafts:

25. At any time during the last five (5) years, have the General Contractor or its GC Associates been

found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works?

Page 60: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-31 REV#1 3/27/2015

You may omit reference to any incident that occurred prior to January 1, 2008, if the violation was by a sub-contractor and the General Contractor or its GC Associates, as general contractor on a project, had no knowledge of the sub-contractor’s violation at the time they occurred.

Yes No

If “yes,” provide the date(s) of such findings, and attach copies of the Department’s final decision(s).

Date Department Finding Decision #

Safety & Quality Control

26. Do the General Contractor and its GC Associates require documented safety meetings to be held for construction employees and field supervisors during the course of a project?

Yes No

If “yes,” identify how often the meetings are required. Weekly Bi-Weekly Monthly Less Frequent

27. Do the General Contractor and its GC Associates have a written Injury and Illness Prevention

Program (IIPP) that complies with California Code of Regulations, Title 8 Sections 1509 and 3203?

Yes No 28. Do the General Contractor and its GC Associates have personnel permanently assigned to safety?

Yes No

If yes, state the names of all personnel who are assigned and list their specific duties:

Name Title Specific Duties

29. Do the General Contractor and its GC Associates have a substance abuse testing program?

Yes No

Page 61: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-32 REV#1 3/27/2015

If “yes,” identify the testing included. Pre-Hire Random Probable Cause Post-Incident

30. Do the General Contractor and its GC Associates have a written Quality Assurance/Quality Control (“QA/QC”) program?

Yes No

31. Do the General Contractor and its GC Associates have personnel permanently assigned to QA/QC?

Yes No

If yes, state the names of all personnel who are assigned and list their specific duties:

Name Title Specific Duties

32. Will the General Contractor participate in the ECOP, SLEB and PSCBA programs?

Yes No

If yes, please list how this will be achieved:

Name Title Specific Duties

Page 62: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-33 REV#1 3/27/2015

III.B SCORED QUESTIONS FOR THE ARCHITECT/ENGINEERS (APPLICABLE THROUGHOUT THIS SECTION)

Name of Architect/Engineer:____________________ ___________________________ “Architect/Engineer of Record” shall mean the Architect/Engineers whose stamp will appear on Project documents. “Architect/Engineer” shall mean the Architect/Engineer of Record whether it is the General Contractor, a separate architectural or engineering firm, or other firm.

Organizational Performance

1. How many years has the Architect/Engineers been in business in California as an Architect/Engineers operating under its present business name and license number?

NOTE: If the Architect/Engineers is a joint-venture, enter the average of the qualifying years for each partner to the joint-venture.

Years:

2. Is the Architect/Engineer currently the debtor in a bankruptcy case?

Yes No

If “yes,” indicate the case number, and the date on which the petition was filed.

Case number: Date filed:

3. Was the Architect/Engineer in bankruptcy at any time during the last five (5) years? (This question refers only to a bankruptcy action that was not described in answer to question 2 above)

Yes No

If “yes,” indicate the case number and the date on which the petition was filed, and the Bankruptcy Court’s discharge order number.

Case number: Date filed: Discharge #:

Claims & Disputes

4. In the past ten (10) years has the Architect/Engineer operated without professional liability insurance?

Yes No

If “yes,” explain on a separate sheet.

5. In the past five (5) years has any claim in excess of $50,000 been made against the Architect/Engineer arising from or related to a design or construction contract (including claims for violation of the Federal or California False Claims Act) that was not resolved by change order or contract amendment?

Yes No

If “yes,” , for each claim, identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). Attach additional sheets as necessary:

Page 63: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-34 REV#1 3/27/2015

Project Name: Date: Claimant: Court: Nature:

Description:

6. In the past five (5) years has the Architect/Engineer made any claim in excess of $50,000 against a project owner arising from or related to a design or construction contract that was not resolved by change order or contract amendment?

Yes No

If “yes,” for each claim, identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). Attach additional sheets as necessary:

Project Name: Date: Entity(s): Court: Nature:

Description:

7. In the last five (5) years has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Architect/Engineer?

Yes No

If “yes” , for each instance, give the name of the insurance carrier, the form of insurance and the year of the refusal (attach additional sheets as necessary):

Year: Carrier: Form: Comments:

Page 64: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-35 REV#1 3/27/2015

PART IV: RECENT CONSTRUCTION PROJECTS COMPLETED IV.A D-B ENTITY AND GENERAL CONTRACTOR EXPERIENCE

The D-B Entity shall submit information describing projects completed in the past seven (7) years by the D-B Entity or its General Contractor that demonstrate that the D-B Entity and its General Contractor have the experience, competency, capability, and capacity to design and complete projects similar in size, building type, and complexity to the Project; a single project may fulfill more than one required experience criterion. Only information, experience and work performed by the D-B Entity’s or General Contractor’s office that will respond to the Request for Proposal will be considered for prequalification unless otherwise indicated below. For purposes of this section, the term “project” shall mean a project as defined in Public Contract Code section 20133(c)(4) as, “the construction of a building and improvements directly related to the construction of a building…,” and the terms “public sector” shall mean any work performed pursuant to a contract with a public or other governmental agency. 1. How many public sector Design-Build projects with a total contract value of $2.5 million or more

has the General Contractor completed in the last seven years?

Number of public sector Design-Build projects $2.5M+

List the following information for the (up to five) most recent of these projects. For each project, provide information in the Comparable Project form at the end of this section. D-B Entities may be awarded up to two points per comparable project for up to a maximum of five projects.

Project Name/Year Location Construction Cost

2. How many projects with a total contract value of $2.5 million or more have the General Contractor and Architect/Engineer on your proposed Design-Build team completed together in the last seven years?

Number of $2.5M+ projects with same Contractor/Architect/Engineer Team:

List the following information for the (up to five) most recent of these projects. For each project, provide all information requested on the Comparable Project form at the end of this section. D-B Entities may be awarded up to two points per comparable project for up to a maximum of five projects.

Project Name/Year Location Construction Cost

Page 65: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-36 REV#1 3/27/2015

3. How many public sector projects in California with a total contract value of $2.5 million or more has the General Contractor completed in the last seven years?

Number of $2.5M+ California public sector projects:

List the following information for the (up to five) most recent of these projects. For each project, provide information in the Comparable Project form at the end of this section. D-B Entities may be awarded up to two points per comparable project for up to a maximum of five projects.

Project Name/Year Location Construction Cost

4. How many Projects similar in size, building type, or complexity with a total contract value of $2.5 million or more has the General Contractor completed in the last seven years?

Number of similar $2.5M+ projects:

List the following information for the (up to five) most recent of these projects. For each project, provide information in the Comparable Project form at the end of this section. . D-B Entities may be awarded up to two points per comparable project for up to a maximum of five projects.

Project Name/Year Location Construction Cost

5. Has the General Contractor constructed building projects that were USGBC LEED (Leadership in Energy & Environmental Design) Certified?

Yes No

If yes, identify up to 8 recent certified projects which demonstrate the General Contractor’s ability to successfully construct the Project to achieve USGBC LEED certification:

Project Location

(city, state) Certification

Level Date Completed

Page 66: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-37 REV#1 3/27/2015

6. Does the General Contractor currently employ LEED accredited professionals?

Yes No

If yes, identify all such individuals (up to 8) who may be involved in the construction of the Project:

Name Year Accredited

Page 67: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-38 REV#1 3/27/2015

PROJECT INFORMATION SHEET GENERAL CONTRACTOR

VERIFY ALL CONTACTS PRIOR TO SUBMITTAL. D-B Entities are advised that the County reserves the right to verify all Project information submitted below. It is the D-B Entity’s responsibility to ensure contacts are available to County for verification. Material inaccuracies may result in reduced

qualification scores and disqualification.

Do not leave any spaces blank. Responses such as “N/A” are not acceptable. If not applicable, state “Not Applicable” and explain why. If none, state “NONE.”

Reference Information:

Project Name:

Project or Contract Number:

Project Location: , , Street Address City & State Zip Code

Owner Information: Contact Person: Owner’s Name Name & Title

Address: , , Street Address City & State Zip Code Telephone: Facsimile: Email:

Address of D-B Entity or General Contractor’s Office that Performed the Work:

, , Street Address City & State Zip Code

Name of D-B Entity or General Contractor’s Project Manager for project: Name of D-B Entity or General Contractor’s Superintendent for project:

Contractor:

Contact Person:

Address: , , Street Address City & State Zip Code Telephone: Facsimile: Email:

Page 68: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-39 REV#1 3/27/2015

Design Firm: Contact Person: Name & Title

Address: , , Street Address City & State Zip Code

Telephone: Facsimile: Email:

Name of Design Firm’s Project Manager for project:

Contract Time:

Start Date: Scheduled Completion Date: Month/Day/Year Month/Day/Year

Actual Completion Date: Days Extended due to Unexcused Delays: Month/Day/Year

Contract Amount:

$ $ $ Base Amount Adjustment Due to Change Orders Final Contract Amount

Project Information:

Was the project a Design-Build project? Yes No

Type of Project: Educational Behavioral Health Other: __________________________

Type of Owner: Public Private Other: __________________________

What was the building area of the project (square footage)? ______________________S

F

Was the project built in California? Yes No

Did the project achieve USGBC LEED Certification ? If so, Certification Level___________

Yes No

Project Description: (Provide a brief description including project photo)

Page 69: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-40 REV#1 3/27/2015

IV.B ARCHITECT/ENGINEER EXPERIENCE

Name of Architect/Engineer: _________________ ____________________________

The Architect/Engineer shall submit projects completed in the past seven (7) years that demonstrate that the Architect/Engineer has the experience, competency, capability, and capacity to design and complete, projects similar in size, building type, or complexity to the Project; a single project may fulfill more than one required experience criterion. Only information, experience and work performed by the Architect/Engineer’s office participating in the Design-Build Entity will be considered for prequalification unless otherwise indicated below. For purposes of this section, the term “project” shall mean a project as defined in Public Contract Code section 20133(c)(4) as, “the construction of a building and improvements directly related to the construction of a building…,” and the terms “public sector” shall mean any work performed pursuant to a contract with a public or other governmental agency.

1. How many public sector design/build projects with a total construction cost of $2.5 million or more has the Architect/Engineer completed in the last ten years?

Number of public sector $2.5M+ design/build projects

List the following information for the (up to five) most recent of these projects. For each project, provide information in the Comparable Project form at the end of this section. D-B Entities may be awarded up to two points per comparable project for up to a maximum of five projects (minimum one public sector design/build project required).

Project Name/Year Location Construction Cost

2. How many Projects similar in size, building type, or complexity with a total construction cost of $2.5 million or more has the Architect/Engineer completed in the last seven years?

Number of similar $2.5M+ projects:

List the following information for the (up to five) most recent of these projects. For each project, provide information in the Comparable Project form at the end of this section. . D-B Entities may be awarded up to two points per comparable project for up to a maximum of five projects.

Project Name/Year Location Construction Cost

Page 70: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-41 REV#1 3/27/2015

3. Has the Architect completed building projects that were USGBC LEED (Leadership in Energy & Environmental Design) certified?

Yes No

If yes, identify up to 5 recent USGBC-certified projects which demonstrate the Architect’s ability to successfully design the Project to achieve LEED certification (minimum one USGBC LEED certified project required):

Project Location

(city, state) Certification

Level Date Completed

4. Does the Architect currently employ USGBC LEED accredited professionals?

Yes No

If yes, identify all such individuals (up to 5) who may be involved in the design of the Project:

Name Year Accredited

Page 71: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-42 REV#1 3/27/2015

PROJECT INFORMATION SHEET ARCHITECT/ENGINEER

VERIFY ALL CONTACTS PRIOR TO SUBMITTAL. D-B Entities are advised that the County reserves the right to verify all Project information submitted below. It is the D-B Entity’s responsibility to ensure contacts are available to County for verification. Material inaccuracies may result in reduced

qualification scores and disqualification.

Do not leave any spaces blank. Responses such as “N/A” are not acceptable. If not applicable, state “Not Applicable” and explain why. If none, state “NONE.”

Project Name:

Project or Contract Number:

Project Location: , , Street Address City & State Zip Code

Owner Information: Contact Person: Owner’s Name Name & Title

Address: , , Street Address City & State Zip Code Telephone: Facsimile: Email:

Address of Architect/Engineer’s Office that Performed the Work:

, , Street Address City & State Zip Code

Name of Architect/Engineer’s Project Manager for project:

Contractor:

Contact Person:

Address: , , Street Address City & State Zip Code Telephone: Facsimile: Email:

Page 72: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-43 REV#1 3/27/2015

Start Date: Scheduled Completion Date: Month/Day/Year Month/Day/Year

Actual Completion Date: Days Extended due to Unexcused Delays: Month/Day/Year

$ $ $ Base Amount Adjustment Due to Change Orders Final Contract Amount

Was the project a Design-Build project? Yes No

Type of Project: Educational Behavioral Health Other: __________________________

Type of Owner: Public Project Private Project Other ________________ __________

What was the building area of the project (square footage)? ______________________SF

Was the project built in California? Yes No

Did the project achieve USGBC LEED Certification ? If so, Certification Level___________

Yes No

Project Description: (Provide a brief description including project photo)

Page 73: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-44 REV#1 3/27/2015

PART V: KEY PERSONNEL

V.A Construction Project Manager Qualifications (For General Contractor). Complete this form in its entirety. Resumes shall be submitted in addition to this form. Resumes shall NOT be submitted in lieu of this form. Scoring criteria for Construction Project Manager for a maximum 15 point total as follows: BA or BS degree or higher: 2 points or AA degree: 1point.; Years experience in construction management (CM) or professional engineering: 1 point for every five years of experience up to 5 points; Design-build experience: 2 points for each design-build project up to 8 points. If more space is needed, provide the information using the format below and attach it to this Questionnaire.

Name of Proposed Construction Project Manager:

Institution/School Degree Received Major/Discipline Year

List all CM or professional engineering experience (employer/dates from month/yr to month/yr) Years as CM or

professional engineer

TOTAL YEARS: Begin with your most recent experience. List all Design-Build project experience that demonstrates the experience and background required to fulfill the assigned project responsibilities for the Project.

Firm: Years of Employment: through

Project Name & Location: Contract Amount: $

Owner: Contact Name, Title: Type of Facility: Design-Build Other: Completion Date:

Job Title: Responsibilities:

Firm: Years of Employment: through

Project Name & Location: Contract Amount: $

Owner: Contact Name, Title: Type of Facility: Design-Build Other: Completion Date:

Job Title: Responsibilities:

Firm: Years of Employment: through

Project Name & Location: Contract Amount: $

Owner: Contact Name, Title: Type of Facility: Design-Build Other: Completion Date:

Job Title: Responsibilities:

Page 74: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-45 REV#1 3/27/2015

Page 75: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-46 REV#1 3/27/2015

V.B Principal-in-Charge Qualifications (For Architect/Engineer) Complete this form in its entirety. Resumes shall be submitted in addition to this form. Resumes shall NOT be submitted in lieu of this form. Scoring criteria for Principal-in-Charge Qualifications Architect/Engineer for a maximum 9 points total as follows: California license 1point.; Years experience: 1 point for every five years up to 4 points; 1 point for each public sector facility project and 1 point for each design-build project up to 4 points. If more space is needed, provide the information using the format below and attach it to this Questionnaire.

Name of Proposed Principal-in-Charge:

Institution/School Degree/License/ Received Major/Discipline Year

List all professional experience Years of Professional

Experience

Total: Begin with your most recent experience. List all Design- Build and/or Public Sector Facility project experience that demonstrates the experience and background required to fulfill the assigned project responsibilities for the Project.

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Page 76: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-47 REV#1 3/27/2015

Job Title:

Responsibilities:

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Page 77: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-48 REV#1 3/27/2015

V.C Project Architect/Engineer Qualifications (For Design Firm) Complete this form in its entirety. Resumes shall be submitted in addition to this form. Resumes shall NOT be submitted in lieu of this form. Scoring criteria for Project Architect/Engineer for a maximum 9 point total as follows: California license 1 point.; Years professional experience: 1 point for every five years up to 4 points; 1 point for each public sector facility project and 1 point for each design-build project up to 4 points. If more space is needed, provide the information using the format below and attach it to this Questionnaire.

Name of Proposed Project Architect/Engineer:

Institution/School Degree/License/Certificate Received Major/Discipline Year

List all Public Sector Facility and Design-Build projects Years of Professional

Experience

Begin with your most recent experience. List all Design-Build and/or Public Sector Facility project experience that demonstrates the experience and background required to fulfill the assigned project responsibilities for the Project.

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Page 78: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-49 REV#1 3/27/2015

Firm: Years of Employment: through

Project Name & Location:

Contract Amount:

$

Owner:

Contact Name, Title:

Type of Facility: Design-Build Educ. Facility Behavioral Health Completion Date:

Job Title:

Responsibilities:

Page 79: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency PQ-50 REV#1 3/27/2015

PART VI: CERTIFICATION Part VI requires verification under oath by the D-B Entity and each Core Organization in a manner consistent with the verification requirements for civil pleadings pursuant to Code of Civil Procedure section 446. The County will not review Prequalification Questionnaires that are not properly verified. I, the undersigned, am authorized to make this verification on behalf of the Design-Build Entity, ___________________. I have read the foregoing Prequalification Questionnaire and responses thereto. I am familiar with its contents and, based upon information available to me, the contents are true and correct.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Executed at , on (City) (State) (Date)

(Signature)

(Printed Name)

(Firm)

(Position)

Page 80: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

General Services Agency 9/16/13

Sco

ring

Wor

kshe

ets

Page 81: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

SCORING WORKSHEETS PART II.A Essential Requirements For the D-B Entity as a Whole Name of D-B Entity:

Question Requirement / Question Pass Fail

1 Has the D-B Entity completed at least one public sector Design-Build project with a total contract value of $2.5 million or more in the last seven years?

2 Are the D-B Entity’s organizational and indemnity documents attached?

3 Is the D-B Entity’s financial statement attached?

4 The D-B Entity agrees to participate in the ECOP, SLEB and PSCBA programs?

5 Has D-B Entity ever defaulted on a construction contract?

6 Has the D-B Entity’s surety paid for completion within the last 5 years?

7 Is the D-B Entity ineligible to bid on public works?

8 Has the D-B Entity been convicted of a crime on a public contract within the last 5 years?

9 Has the D-B Entity been found liable or guilty in a civil or criminal action for making a false claim?

10 Has the D-B Entity been convicted of a crime related to construction?

11 Has the D-B Entity been convicted of a fraud, theft or dishonesty?

(DISQUALIFIED if any of the items is marked “Fail”)

PART II.B Essential Requirements For the General Contractor and Core Sub-contractors:

Question #

Requirement / Question Pass Fail

12 Does the General Contractor and each proposed Core Sub-contractor have a valid, current California contractor’s license?

13 Does the General Contractor have at least $2,000,000 per occurrence and $5,000,000 aggregate liability insurance?

14 Does the General Contractor have current workers’ compensation insurance policies?

15 Is the General Contractor’s financial statements attached? 16 Is General Contractor’s notarized surety statement attached? 17 Has the General Contractor had their license revoked or

suspended in the last 5 years?

18 Has General Contractor’s surety paid for completion within the last 5 years?

19 Is the General Contractor ineligible to bid on public works?

Page 82: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

Question #

Requirement / Question Pass Fail

20 Has the General Contractor been convicted of crime on a public contract within the last 5 years?

21 Has the General Contractor been found liable or guilty in a civil or criminal action for making a false claim?

22 Has the General Contractor been convicted of a crime related to construction?

23 Has the General Contractor been convicted of a fraud, theft or dishonesty?

(DISQUALIFIED if any of the items is marked “Fail”)

PART II.C Essential Requirements For the Architect/Engineer and Core Sub-Consultants:

Question

# Requirement / Question Pass Fail

24 Does the Architect/Engineer have a valid, current, professional license?

25 Does the Architect/Engineer have at least $1,000,000 per claim and $2,000,000 aggregate liability insurance?

26 Does the Architect/Engineer have current workers’ compensation insurance policies?

27 Is the Architect/Engineer’s financial statement attached? 28 Has the Architect/Engineer had their license, credential or

registration revoked or suspended in the last 5 years?

29 Has the Architect/Engineer been convicted of a crime on a government contract within the last 5 years?

30 Has the Architect/Engineer been found liable or guilty in a civil or criminal action for making a false claim?

31 Has the Architect/Engineer been convicted of a crime related to construction?

32 Has the Architect/Engineer been convicted of a fraud, theft or dishonesty?

DISQUALIFIED if any of the items is marked “Fail”)

Page 83: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

PART III.A Scored Questions for the General Contractor (Minimum required total score = 59 points; Maximum possible score = 80 points):

Question #

Requirement / Question Score

1 How many years has the General Contractor been in business in California? Maximum score = 4 points

2 Is the General Contractor currently in a bankruptcy? Maximum score = 4 points

3 Has the General Contractor been in a bankruptcy during the last 5 years? Maximum score = 3 points

4 Has the General Contractor been cited for violations of the Contractor’s State License Law in the last 5 years? Maximum score = 3 points

5 How many projects has the General Contractor paid liquidated damages of more than $50,000 in the last 5 years? Maximum score = 3 points

6 Has the General Contractor or its associates ever defaulted on a construction contract? Maximum score = 3 points

7 Has the General Contractor been prevented from bidding on or completing a public works project in the last 5 years? Maximum score = 3 points

8 Has the General Contractor been denied the award of a public works projects based on a finding of not being a responsible bidder? Maximum score = 3 points

9 Has a claim over $50,000 been filed against the General Contractor in the last 5 years? Maximum score = 3 points

10 Has General Contractor filed a claim of more than $50,000 against a project owner in the last 5 years that was not resolved by change order or amendment? Maximum score = 3 points

11 Has any insurance carrier refused to renew the General Contractor’s policy? Maximum score = 2 points

12 Has the General Contractor paid more than 1% for a performance and payment bond in the last 5 years? Maximum score = 2 points

13 Has a surety ever denied the General Contractor payment or performance bond coverage in the last 5 years? Maximum score = 2 points

14 Has CAL OSHA cited the General Contractor for serious, willful or repeated safety violations in the last 5 years? Maximum score = 2 points

15 Has federal OSHA cited or assessed penalties against the General Contractor in the last 5 years? Maximum score = 2 points

Page 84: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

Question #

Requirement / Question Score

16 Has EPA, AQMD or RWQCB cited and assessed penalties against the General Contractor in the last 5 years? Maximum score = 2 points

17 Has the General Contractor been cited for violations of FICA withholding requirements in the last 5 years? Maximum score = 2 points

18 Has the General Contractor been issued a worker’s comp EMR >1 in the last 5 years? Maximum score = 2 points

19 Has the General Contractor been without workmen’s compensation insurance in the last 5 years? Maximum score = 3 points

20 Has the General Contractor been required to pay back wages or failed to comply with state prevailing wage laws more than once in the last 5 years? Maximum score = 2 points

21 Has the General Contractor been required to pay back wages or failed to comply with federal Davis-Bacon Act prevailing wage laws more than once in the last 5 years? Maximum score = 2 points

22 Do the General Contractor and proposed Sub-contractors know their obligations re employment of apprentices on public works projects? Maximum score = 2 points

23 Does the General Contractor intend to use apprentices from apprenticeship program approved by California Apprenticeship Council? Maximum score = 2 points

24 Has the General Contractor operated state-approved apprenticeship program in the last 5 years? Maximum score = 2 points

25 Has the General Contractor violated apprenticeship laws or regulations in the last 5 years? Maximum score = 2 points

26 Does the General Contractor require regular safety meetings? Maximum score = 2 points

27 Does the General Contractor have a written IIPP? Maximum score = 2 points

28 Does the General Contractor have personnel permanently assigned to safety? Maximum score = 2 points

29 Does the General contractor have a substance abuse testing program? Maximum score = 2 points

30 Does the General Contractor have a written QA/QC program? Maximum score = 2 points

31 Does the General Contractor have personnel permanently assigned to QA/QC? Maximum score = 2 points

32 Will the General Contractor participate in the ECOP, SLEB and PSCBA programs? Maximum score = 5 points

Page 85: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

PART III.B Scored Questions for the Architect/Engineer (Minimum required total score = 27 points; Maximum possible score = 37 points):

Question #

Requirement / Question Score

1 How many years has the Architect/Engineer been in business in California? Maximum score = 6 points

2 Is the Architect/Engineer currently a debtor in a bankruptcy case? Maximum score = 6 points

3 Was the Architect/Engineer in bankruptcy in the last 5 years? Maximum score = 6 points

4 Has Architect/Engineer operated without Profession Liability insurance in last 7 years? Maximum score = 6 points

5 Has a claim in excess of $50,000 been filed against the Architect/Engineer in the last 5 years that was not resolved by change order or contract amendment? Maximum score = 5 points

6 Has the Architect/Engineer filed a claim in excess of $50,000 against any owner in the last 5 years that was not resolved by change order or contract amendment? Maximum score = 4 points

7 Has any insurance carrier refused to renew a policy for Architect/Engineer in last 5 yrs? Maximum score = 4 points

PART IV.A Recent Construction Projects Completed: D-B Entity and General Contractor (Minimum required total score = 33 points; Maximum possible score = 52 points):

Question #

Requirement / Question Score

1 Number of public sector design-build projects (at least $2.5M) Maximum score = 10 points

2 Number of projects with same Contractor / Architect/Engineer Team (at least $2.5M) Maximum score = 10 points

3 Number of California public sector projects (at least $2.5M) Maximum score = 10 points

4 Number of projects similar in scope and complexity (at least $2.5M) Maximum score = 10 points

5 USGBC LEED-Certified Projects Maximum score = 8 points

Page 86: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

Question #

Requirement / Question Score

6 USGBC LEED-Accredited Professionals Maximum score = 4 points

PART IV.B Recent Construction Projects Completed: Architect/Engineer (Minimum required total score = 24 points; Maximum possible score = 32 points):

Question #

Requirement / Question Score

1 Number of public sector design-build projects (at least $2.5M) Maximum score = 10 points

2 Number of projects similar in scope and complexity (at least $2.5M) Maximum score = 10 points

3 USGBC LEED-Certified Projects Maximum score = 8 points

4 USGBC LEED-Accredited Professionals Maximum score = 4 points

PART V: Key Personnel (Minimum required total score = 20 points; Maximum possible score = 33 points):

Question #

Requirement / Question Score

1 Construction Project Manager Qualifications Maximum score = 15 points

3 Principal-in-Charge Qualifications (For Architect/Engineer) Maximum score = 9 points

4 Project Architect/Engineer Qualifications Maximum score = 9 points

Page 87: SPECIFICATIONS AND OTHER BIDDING AND CONTRACT …4.4 PHASE 3 – for phased occupancy of floors 1-6 beginning mid-Sept, 2015 a. Completion of 4F, 5F & 6F 4.5 PHASE 4 – SSA Units

Alameda County / General Services Agency 1111 Jackson Tenant Improvement Project No. 11020

Qualifications Scoresheets Issued with RFQ-P

00 11 19.01 Request For QualificationsFrom Design-Build Entities

SCORING SUMMARY OF D-B ENTITY Name of D-B Entity:____________________ ____________________________

PART II: ESSENTIAL REQUIREMENTS FOR THE D-B ENTITY AS A WHOLE

Section Score

Part II A. Essential Requirements For the Design-Build Entity as a Whole (Disqualified if any items listed as “Fail”)

Part II B. Essential Requirements For the General Contractor & Core Sub-contractors (Disqualified if any items listed as “Fail”)

Part II C. Essential Requirements For the Architect/Engineer & Core Sub-consultants (Disqualified if any items listed as “Fail”)

Essential Requirements Sub-Total (Disqualified if Score is greater than 0)

PART III: SCORED QUESTIONS FOR MEMBERS OF THE D-B ENTITY AND CORE ORGANIZATIONS

Part III A. Scored Questions for the General Contractor (Minimum qualifying score is 59 out of the possible 80 points)

Part III B. Scored Questions for the Architect/Engineer (Minimum qualifying score is 27 out of the possible 37 points)

PART IV: RECENT CONSTRUCTION PROJECTS COMPLETED

Section Score

Part IV A. Relevant Experience: D-B Entity / General Contractor (Minimum qualifying score is 33 out of the possible 52 points)

Part IV B. Relevant Experience: Architect/Engineer (Minimum qualifying score is 24 out of the possible 32 points)

PART V: KEY PERSONNEL

PART V. Key Personnel (Minimum qualifying score is 20 out of the possible 33 points)

Total Score: Minimum Qualifying Score is 163 of the 234 total possible points


Recommended