ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES *RE-ADVERTISED*



Similar documents
NOTICE TO CONTRACTORS

College of the Siskiyous Insurance Requirements

PRE BID MEETING AGENDA

Sub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

KIEWIT CM/GC Enabling/Utilities

17,280 square feet Overview:

Repair and Remodeling Estimating Methods. 4th Edition. RSMeans

VOLUME V GUIDELINES FOR DESIGN CONSULTANT TABLE OF CONTENTS APPENDIX B: MASTER CONSTRUCTION SPECIFICATIONS AND PREPARATION GUIDE, DIVISIONS 0-10

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

TOWN of NEW BOSTON. Bid Package. Refurbishment and Upgrade of Basement of the New Boston Town Hall

How To Bid On A Building Project In San Jose

Code Requirements for Existing Buildings

SECTION TABLE OF CONTENTS. H Proposed Material, Product or Equipment Substitution Request

City and County of San Francisco Department of Public Works TABULATION OF BIDS

Building Condition Assessment Report

INFORMAL BIDDING APPLICATION FOR REGISTRATION November 2015 October 2016

Number Northern Arizona University Facility Services Section Page. Effective April 1, 2011

SUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE APPLICATION REVIEW

When is a Permit Required? What Types of Permits are Required? The most common types of projects that require permits are:

REQUEST FOR QUALIFICATIONS FROM FOUNDATION REPAIR CONTRACTORS BROOMFIELD DEPOT FOUNDATION REHABILITATION PROJECT

Think Of Us First! When It s Time to Distribute Your Plans

All bidders shall indicate in their bid/proposal that this Addendum has been received and considered in their bid proposal.

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

Capital Programs CHS SEISMIC CORRECTION AND FIRE SAFETY PROJECT NUMBER: CHS - SOM WEST SEISMIC RENOVATION PROJECT NUMBER:

ADDENDUM NO. 1. DATE: February 10, 2015 INVITATION FOR BID: IFB K Commerce Road Renovations Project DATED: February 9, 2015

RESOLUTION NO

Prequalification Supplement for First Tier Subcontractors under CM at Risk Wake Technical Community College Early Site North Campus Project

REVEWED BY: Ross Rogien B.O/P.R. ADDITIONAL REVIEW(S) REQ.-FIRE DEPT Y/N

How To Plan A Building

KBC Chapter 34 : Applying the Kentucky Building Code to Existing and Historic Buildings

SECTION NOTICE TO BIDDERS IVY TECH COLLEGE OF INDIANA NMC INFRASTRUCTURE IMPROVEMENTS INDIANAPOLIS, INDIANA

REQUEST FOR PROPOSALS

ST. MONICA FOOD PANTRY HOUSTON, TEXAS

OPTIMUS WORK CLASSIFICATION LIST ENTER ALL THAT APPLY

How to Estimate the Cost of Interior Building Finishes from Schematic Drawings. CPE Candidate No December 2014

SECTION ALUMINUM FRAMED ENTRANCES and STOREFRONTS. System 402 Flush-Glazed Screw Spline Storefront

MARKET SCOUT CONTRACTORS QUESTIONNAIRE (complete in addition to an Acord application) 1. Applicant:

ESTIMATE ORIG. ESTIMATE: TOTAL: $204,249 DATE: 01/15/08 DESCRIPTION OF WORK QUANTITY DIVISION TOTAL

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

REQUEST FOR PROPOSALS SPEC. # 4995

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN QUOTES FOR SMALL PURCHASE (QSP) :

Renovations for a New 18 Bed Gero-Psych Nursing Unit August 7, 2014 Lower Bucks Hospital Second Floor 501 Bath Road, Bristol, PA Addendum No.

Article 5: Building Regulations

T34 - PUBLIC WORK IN MASSACHUSETTS, UNDERSTANDING CHAPTER 149 AND CHAPTER 149A

INVITATION FOR BIDS CCK PROJECT PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #

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

DOCUMENT NOTICE TO BIDDERS

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No

SUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE NOTICE TO PROPERTY OWNER

SODA SPRINGS JOINT SCHOOL DISTRICT NO. 150 RECOMMENDED REPAIRS, REPLACEMENT, AND ADDITIONS OPINIONS OF PROBABLE COST

REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors

Request for Proposal For Internet Service

Core & Shell Construction. Rules and Regulations

QSP INFORMATION AT A GLANCE

REQUEST FOR QUOTES (RFQ)

CHARLOTTE COUNTY Community Development Department

New Ontario Building Code Requirements for Mid-rise Wood Frame Buildings

7. Do you perform any out of state work?... If yes, in what states and provide details of work performed

SUCF PROJECT COST REPORTING GUIDE

Corrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached

CITY OF LOS ANGELES CALIFORNIA

Pumphouse Museum at the Historic Ottawa Beach Parks Park Township

CONSTRUCTION LAW. Mechanical Roofing Contractor. Electrical Class A Air Conditioning. Contractor Class B Air Conditioning

Mechanical Contractor Pre-Qualification Packet. SPSC N180 Computer Data Room Phase II. Project No. CP Notice No. Notice

9770 CULVER BOULEVARD CULVER CITY, CA Incidental improvements: improvements that do not qualify as minor or

Frost and Cooper Renovations

(On behalf of the homeowners) The YUROK TRIBE REQUEST FOR PROPOSAL (RFP)

Ocoee, FL May 13, 2016 Advertisement No. 1

BILL OF QUANTITIES Part No.: Part Description

RICHARD B. HUDGENS ARCHITECT, INC.AIA

SAMPLE SCHEDULE OF VALUES APPLICATION & CERTIFICATE FOR PAYMENT

Ocoee, FL July 01, 2016 Advertisement No. 1

Facility Summary. Facility Condition Summary. Seattle School District David T. Denny International Infrastructure. Facility Components

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

Construction Permit Application Instructions Instructions for completing Construction Permit Applications and Technical Sections are as follows:

D Sample Notices to Property Owners, Sample Affidavits, and Other Material

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School

Fire Damage Repairs, 2510 Burton Street

INTRODUCTION COST AND FEASIBILITY OF RENOVATING OR REPLACING AN OLD SCHOOL BUILDING

NORTH PENN HIGH SCHOOL RENOVATIONS

Important Information for Owners of Buildings in Flood Zones

Project Management Division

REQUEST FOR PROPOSAL Procurement of Landscaping Services

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2011 PROPOSITION A BOND PROGRAM Paul Revere School Modernization and Interim Housing ADDENDUM NO.

Program/Construction Management Request for Qualifications

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

General Fire Code Requirements Within Commercial Tenant Spaces

Transcription:

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES *RE-ADVERTISED* BID PACKAGE DESCRIPTION REQUIRED LICENSE Bid Package No. 1 Asbestos Abatement C22 or B, with ASB & HAZ Certification Bid Package No. 2 Hard Demolition C21 Bid Package No. 4 Fiber-Reinforced Polymer Reinforcing A or B or C33 Bid Package No. 5 Shotcrete B or C8 Bid Package No. 6 Ceramic Tile, Flooring B or C54 Bid Package No. 7 Masonry C29 Bid Package No. 9 Ornamental Metal C23 Bid Package No. 11 Drywall and Plaster, Building Insulation B or C9 Bid Package No. 12 Finish Carpentry B or C6 Bid Package No. 15 Aluminum Panels, Flashing, Expansion Jt. Cover C43 Bid Package No. 16 Doors, Door Frames and Hardware B or C28 or D28 Bid Package No. 17 Glass and Glazing C-17 Bid Package No. 19 Terrazzo C-15 Bid Package No. 24 Toilet Partitions and Accessories / Wall and Corner Protection D34 Bid Package No. 27 Sprinkler, Fire Protection C-16 Subject to conditions prescribed by the CM/Contractor, responses to the CM/Contractor s prequalification documents for a Combined Bid Subcontract are sought from prospective subcontractor bidders (hereafter subcontractors ) for the following projects: UCLA CHS SEISMIC CORRECTION AND FIRE SAFETY Project Number 948943.01 UCLA CHS SOM WEST SEISMIC RENOVATION Project Number 948909.01 NOTE: Subcontractors who submitted documents during the first prequalification for these projects are not required to attend the Mandatory Prequalification Conference, and are not required to submit any further documentation, unless requested by the CM/Contractor. All subcontractors will be notified of their prequalification status once the verification process is complete. PREQUALIFICATION OF PROSPECTIVE BIDDERS: The CM/Contractor has determined that subcontractors who submit bids on these Bid Packages must be prequalified. SUBCONTRACTOR PREQUALIFICATION #2 1

GENERAL DESCRIPTION OF WORK: CHS SEISMIC CORRECTION AND FIRE SAFETY: Seismic and Fire Life Safety corrections to the 7 level Southeast Wing, 7 level School of Medicine East/Vivarium, and the 7 level Biomedical Library in the Center for the Health Sciences (CHS). Seismic correction work includes selective structural strengthening including Fiber Reinforced Polymer (FRP) wrapping of structural elements, cast in place concrete and exterior and interior shotcrete shear walls. Fire Life Safety correction work includes both Fire Suppression and Fire Alarm work upgrades. Fire Suppression work includes a new fire-main sprinkler loop expansion and new vertical wet standpipes. Fire alarm work includes the infrastructure for a new replacement fire alarm system. The scope of work to complete the seismic corrections and non-structural upgrades will include the removal, replacement and repair of building systems, elements, and finishes obstructing the proposed work. Additional work includes the abatement of hazardous materials, exterior brick and masonry repair, and code upgrades to existing door hardware, and toilet facilities. The buildings will remain occupied and operational during construction and require the coordination and staging of occupants. All work will be sequenced and phased and all work will be performed off-hours. The Anticipated Contract Value of this project is: $40,000,000.00 CHS SOM WEST SEISMIC RENOVATION: Seismic and Fire/life safety corrections to the School of Medicine West (SOM-W), Brain Research Institute and REED buildings and subterranean levels in the Center for the Health Sciences (CHS). Seismic correction work includes selective structural strengthening including Fiber Reinforced Polymer (FRP) wrapping of structural elements, cast in place concrete and interior shotcrete. Fire Life Safety correction work includes both Fire Suppression and Fire Alarm work upgrades. Fire Suppression work includes an expansion of the existing fire-main SUBCONTRACTOR PREQUALIFICATION #2 2

sprinkler loop and new vertical wet standpipes within the REED building. The work will also include the resupply to the existing lower levels within CHS from the main fire loop located on the first floor. Additionally, the existing fire main loop will be interconnected between the Semel Institute and CHS South Tower along the 1st floor bridge. Fire alarm work includes the infrastructure and backbone for a new replacement fire alarm system, within the subterranean levels of the CHS complex, School of Medicine West, REED and Brain Research Institute. Additional work includes relocation of existing utilities obstructing seismic correction work; tenant improvements, accessibility upgrades to toilet facilities, drinking fountains, doors and hardware; signage, control panels and handrails. Selective demolition of walls, ceilings and floor finishes to accommodate the structural repair will be required in addition to the restoration and installation of new interior finishes. The buildings will remain occupied and operational during construction and require the coordination and staging of occupants. All work will be sequenced and phased and all work will be performed off-hours. The Anticipated Contract Value of this project is: $20,000,000.00 ESTIMATED VALUE OF BID PACKAGES: Refer to specific Bid Package advertisement pages at www.smartbidnet.com for Estimated Bid Package Values. PREQUALIFICATION SCHEDULE: On Tuesday, May 17, 2016, prequalification documents will be available to intending Subcontractor bidders online at www.smartbidnet.com, (each bidder must contact PCL Construction Services, Inc. to obtain access to view and download the prequalification documents) same documents will be issued at no cost at: PCL Construction Services, Inc. 650 Charles E. Young Dr. S Los Angeles, CA 90095 Level B, PCL Office BS-330 Tel: (310) 206-6402 MANDATORY PRE-QUALIFICATION CONFERENCE: A mandatory Pre-Qualification Conference for the above listed Bid Packages will be conducted on Thursday, May 19, 2016, beginning promptly at 10:00 a.m. Only Subcontractor bidders who participate in the Conference in its entirety will be allowed to submit prequalification documents, and if prequalification is achieved, bid on one of the above listed Bid Packages. Participants must arrive at or before the above-specified time. Persons arriving later than said time will not be allowed to submit prequalification documents or submit bids. Participants shall meet at: SUBCONTRACTOR PREQUALIFICATION #2 3

650 Charles E. Young Dr. S. Los Angeles, CA 90095, Conference Room BS-673 on Level B. (see map at end of this document) For further information, contact PCL Project Manager Sam Wen at 310-206-6402. NOTES: 1. Attendee shall be a staff member of the subcontractors firm who will be actively involved in responding to this Prequalification, and who is highly knowledgeable of the firm s potential response to the prequalification criteria. 2. Attendees are advised that time be allocated to secure parking. Attendees must allow ample time to drive to the above location in heavy traffic, find a parking space, walk to the building, and arrive in the designated Meeting Room prior to the required time. It is currently anticipated that the Conference will last 60 minutes. RFI PROCEDURES: Any questions related to the questionnaire shall be submitted in the form of an RFI. All RFI s are to be emailed only, to Sam Wen, Sr. Project Manager, at swen@pcl.com and Ara Gregorian, Field Engineer, at agregorian@pcl.com. The deadline for RFI submission is Friday, May 20, 2016, 2:00 p.m. SUBMITTAL DEADLINE: Each bidder s completed Prequalification Questionnaire and associated documents must be received at: PCL Construction Services, Inc. 650 Charles E. Young Dr. S Los Angeles, CA 90095 Level B, PCL Office BS-330, (CM/Contractor s Office) Tel: (310) 206-6402 in a sealed envelope no later than: Wednesday, May 25, 2016, 2:00 p.m. NOTE: Only hard copy submittals will be accepted. Telephonic, electronic mail (e-mail), facsimile, or telegraphic Prequalification Questionnaires are invalid and will not be accepted. Only CM/Contractor s Prequalification Questionnaires (and associated documents) will be accepted. CM/Contractor reserves the right (but is not obligated) to request, receive, and evaluate supplemental information after the above time and date at its sole determination. Any person or entity not satisfied with the outcome of the prequalification must file a writ challenging the outcome within 10 calendar days from the date of the CM/Contractor s written notice regarding prequalification determination as further detailed in the Prequalification SUBCONTRACTOR PREQUALIFICATION #2 4

Questionnaire. Any assertion that the outcome of the prequalification process was improper will not be a ground for a bid protest. The dates, times, and location set for receiving and opening of bids will be set forth in an Advertisement for Bids. The CM/Contractor reserves the right to reject any or all responses to Prequalification Questionnaires and to waive non-material irregularities in any response received. All information submitted for prequalification evaluation will be considered official information acquired in confidence, and the CM/Contractor will maintain its confidentiality to the extent permitted by law. Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the CM/Contractor within the limits imposed by law or University policy. Each bidder may be required to show evidence of its equal employment opportunity policy. The successful Bidder and its subcontractors will be required to follow the nondiscrimination requirements set forth in the Bidding Documents and to pay prevailing wage at the location of the work. The work described in the contract is a public work subject to section 1771 of the California Labor Code. No contractor or subcontractor, regardless of tier, may be listed on a Bid for, or engage in the performance of, any portion of this project, unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 and 1771.1. These projects are subject to compliance monitoring and enforcement by the Department of Industrial Relations. SUBCONTRACTOR PREQUALIFICATION #2 5

DIRECTIONS TO CONFERENCE ROOM #BS-673 SUBCONTRACTOR PREQUALIFICATION #2 6