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