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



Similar documents
IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California (949) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

PREQUALIFICATION APPLICATION FOR ELECTRICAL CONTRACTORS MECHANICAL CONTRACTORS PLUMBING CONTRACTORS AND ROOFING CONTRACTORS

PITTSBURG UNIFIED SCHOOL DISTRICT

PREQUALIFICATION APPLICATION FOR GENERAL CONTRACTORS

PREQUALIFICATION QUESTIONNAIRE

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No

College of the Siskiyous Insurance Requirements

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

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

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

Attachment A. Application for Prequalification. General Contractors, Trade Subcontractors and Related Construction Service Providers.

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

SUPPLIER PREQUALIFICATION QUESTIONNAIRE FORM

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

INFORMAL BIDDING APPLICATION FOR REGISTRATION November 2015 October 2016

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

Document A312 TM SURETY. (Name, legal status and principal place of business)

Prequalification Document for Procurement of Works

STAT E OF CALIFORNIA

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

INSTRUCTIONS TO BIDDERS

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

STATE OF CALIFORNIA DEPARTMENT OF BUSINESS OVERSIGHT

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

DOCUMENT BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

REQUEST FOR QUALIFICATIONS FOR FY 2015 MAJOR PLANT REHABILITATION PROJECT FOR ENCINA WASTEWATER AUTHORITY S ENCINA WATER POLLUTION CONTROL FACILITY

Supplier prequalification Document

Small Business Enterprise Program Participation Plan

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

STATUTORY AUTHORITY: Sections 59A-2-9 and 59A-12A-1 through 59A-12A-17 NMSA [2/1/92; Recompiled 11/30/01]

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

SHORT FORM CONTRACTOR RESPONSIBILITY DATA

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Program/Construction Management Request for Qualifications

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

REQUEST FOR QUOTES (RFQ)

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Department of Purchasing & Contract Compliance

Document A312 TM SURETY. (Name, legal status and principal place of business)

CONSTRUCTION CONTRACT NO. T F

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) June 17, 2015

Request for Proposal for. Identity Theft Protection Services. RFP No Sealed Proposals will be received until April 2, 2015 at 3pm

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

CLS Investments, LLC Instructions for the Solicitor Application and Agreement

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL

REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT / LIABILITY INSURANCE BROKER OF RECORD SERVICES. ISSUE DATE: Thursday October 20, 2011

CITY OF BONITA SPRINGS, FLORIDA RFP #

GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE

Department of Purchasing & Contract Compliance

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations.

TITLE 135 LEGISLATIVE RULE WEST VIRGINIA COUNCIL FOR COMMUNITY AND TECHNICAL COLLEGE EDUCATION

Policy Number: Policy Name: Professional Services and Construction Services Procurement

The following terms used in Subchapter 6 of these rules shall have (unless the

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

DRAFT 2009FL-0004/018

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan

Reverse Mortgage Specialist

CULVER CITY UNIFIED SCHOOL DISTRICT 4034 Irving Place Culver City, CA (310) REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

Robla School District

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

Transcription:

I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction work on the District projects going out for bid or proposal or to be awarded after January 1, 2015. California Public Contract Code section 20111.6 requires all contractors holding a general engineering ( A ) or general building (B ) license ( Prime Contractors ) to prequalify in order to bid or propose as a general or prime contractor for projects involving a projected expenditure of one million dollars ($1,000,000) or more that are eligible for state bond funding ( Projects ). In addition, all electrical, mechanical, or plumbing contractors holding one of the following licenses, C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, and/or C-46 ( MEP Contactors ) must prequalify in order to become a prime contractor or first tier subcontractor for any Projects. As a condition of bidding, proposing or contracting to perform in the stated capacities on District projects, the District requires prospective Prime Contractors and MEP Contractors (collectively Contractors ) to: (1) Fully complete a prequalification questionnaire on the form supplied by the District as Exhibit A for Prime Contractors and Exhibit B for MEP Contractors attached hereto ( Prequalification Questionnaire ); and (2) Provide financial information to the District (collectively, the Prequalification Questionnaire and financial information are referred to as the Prequalification Package ). Once the prequalification process is complete, the District will notify the Contractors and MEP Contractors who meet the prequalification requirements. Prequalification will be valid for one (1) calendar year following the date of initial prequalification. Contractors who are prequalified must update prequalification forms as their status or information changes. The District reserves the right to: (1) request that Contractor update prequalification forms at any time; (2) revoke, rescind, and/or refuse the prequalification status of a Contractor; and (3) use some or all of the information provided in the Prequalification Package for evaluation purposes. A list of prequalified Contractors will be provided to all prospective bidders or proposers for a project as needed and applicable. A Contractor may not submit a bid or proposal unless that Contractor is prequalified by the District. All MEP Contractors relying on specialty licenses listed in Public Contract Code section 20111.6 may not be Page 1 of 7

listed as a first tier subcontractor on a bid or proposal by a Contractor unless that MEP Contractor is prequalified by the District. II. PROJECT DESCRIPTION Projects involving a total bid or proposal amount of one million dollars ($1,000,000) or more. These may include modernization, renovation, addition and new construction on existing and/or new campuses throughout the District. III. PREQUALIFICATION PROCESS The following process will govern the conduct of contractor prequalification for the Projects. A Contractor who submits a complete Prequalification Package thereby consents to and will comply with the procedures outlined below and as set forth in greater detail in this document. A. Submittal. All prospective Contractors intending to rely on any of the categories of licenses listed above who wish to qualify to bid for work on the Projects shall submit a Prequalification Package, appropriately labeled as either Prequalification Questionnaire for Prospective Contractors or Prequalification Questionnaire for Prospective Subcontractors, in a sealed envelope and/or email to: Culver City Unified School District Attn: Charles Wren 4034 Irving Place Culver City, CA 90232 Email: charleswren@ccusd.org The District reserves the right to request, receive, and evaluate supplemental information at any time and date and at its sole discretion. For information regarding the prequalification process, please call Charles Wren at (323) 316-0898. B. Form. Each Contractor shall fully complete the Prequalification Package and timely submit all documents as indicated therein. Contractors must use the prequalification forms specified by the District to meet these requirements. All information requested in the Prequalification Questionnaire must be provided in order for a Prequalification Package to be considered responsive. Prequalification Packages with incomplete and/or unclear information will be considered non-responsive and the packages disregarded. All items in the Prequalification Packages shall be submitted simultaneously as one package, the District will not accept packages submitted piecemeal. Contractors shall submit one (1) completed Prequalification Package with all required attachments as one (1) electronic copy in PDF format by email and/or in hard copy format on 8½ x 11 paper with one (1) electronic copy in PDF format on a portable thumb drive in a sealed envelope. Page 2 of 7

C. District s Review. Information submitted in the Prequalification Package shall not be public information and shall not be open to public inspection, to the extent permitted by law. Contractors that have submitted a Prequalification Package shall receive written notification of their prequalification status. The District reserves the right, in its sole discretion, to reject any or all Prequalification Packages or to waive irregularities in any Prequalification Package received. D. Addenda. Any addenda issued by the District will be placed on the District s Website and faxed, mailed, emailed, or sent by messenger service to all contractors and subcontractors known to the District to have received this Prequalification Information form and who have provided a complete and legible physical address, telephone number, email address, and fax number for receipt of addenda. The receipt of all addenda must be acknowledged on the Contractor s Prequalification Questionnaire. E. Nonresponsiveness. A Prequalification Package shall be deemed nonresponsive if: 1. Contractor does not provide all requested information. 2. The Prequalification Questionnaire is not signed under penalty of perjury by individuals who have the authority to bind the Contractor on whose behalf they are signing. F. Incomplete, Misleading or Inaccurate Information. A Prequalification Package will be rejected if: 1. Information contained in the Prequalification Package is not updated under penalty of perjury when it is no longer accurate. 2. Any information provided by the Contractor is misleading or inaccurate in any material manner (e.g., financial resources are overstated; previous violations of law are not accurately reported). Even after a Contractor has been prequalified, the District reserves the right to revoke that determination at any subsequent time, to terminate any contract awarded, and to cease making payments if it subsequently determines that any information provided by the Contractor in its Prequalification Package, or any updates thereto, was incomplete, misleading, or inaccurate in any material manner or was not updated when that information changed. IV. QUALIFICATION CRITERIA A. Essential Criteria. As detailed herein, each potential Contractor must provide specific information that will be reviewed and scaled by the District. Any Contractor who cannot satisfy all of the following requirements ( Essential Criteria ), regardless of the ranking or ability to meet other criteria, will not be prequalified: Page 3 of 7

1. Licensure and Registration. The Contractor shall hold all current, active contractors license(s) necessary to perform its work and those license(s) shall have been held consistently, without having been revoked for the past five (5) years. Contractor shall be registered as a Public Works Contractor with the Department of Industrial Relations. 2. Insurability. The Contractor shall demonstrate that it holds the insurance as indicated in the Prequalification Package. 3. Termination. A surety firm shall not have completed Contractor s firm s work because Contractor s firm was terminated with cause from any project by any school district or other public agency within the State of California within the past (5) years. 4. Disqualification. The Contractor shall not have been disqualified, debarred, forbidden, or found non-responsible, or otherwise prohibited from performing work for and/or bidding or proposing on work for any school district or other public agency within the State of California. 5. Violations of Regulations or Laws. The Contractor, or any of its owners or officers, or any entity in which any owners, officers, or partners of Contractor s firm have been a principal, shall not have been convicted of a crime involving the bidding, proposing, award or performance of a contract on a government construction project or fraud, theft, or any other action of dishonesty within the past five (5) years. 6. Bonding Capacity (Prime Contractors Only). The Prime Contractor shall demonstrate that it can provide a ten percent (10%) bid bond, a one hundred percent (100%) payment bond, and a one hundred percent (100%) performance bond, each issued by a surety admitted and authorized to transact business as a surety in California. 7. Timeliness. The Prequalification Package is not submitted on time. 8. Default or Bankruptcy. The Contractor, either performing work under its current license or under other licenses through other entities, including a joint venture, or any entity in which any owners, officers, or partners of Contractor s firm have been a principal, shall not have defaulted on a contract within the past five (5) years or declared bankruptcy or been placed in receivership within the past five (5) years. 9. K-12 Projects. The Contractor shall have contracted and completed construction involving a minimum of three (3) California Kindergarten to High School ( K- 12 ) public school construction projects within the past five (5) years as follows: Page 4 of 7

Qualification for Required License Requested General Contractors First-Tier Subcontractors C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 & C-46 (i)one (1) million dollars ($1,000,000) if the contractor has performed three projects of any size for K-12 school districts within the past five years; (ii) Five (5) million dollars ($5,000,000) if the contractor has performed three projects of any size for K-12 school districts within the past five (5) years and the minimum initial price for the contractor s largest three (3) project(s) within the past five years was at least five (5) million dollars ($5,000,000); and (i) One (1) million dollars ($1,000,000) if the contractor has performed three projects of any size for K-12 school districts within the past five years; (ii) Five (5) million dollars ($5,000,000) if the contractor has performed three projects of any size for K-12 school districts within the past five (5) years and the minimum initial price for the contractor s largest three (3) project(s) within the past five years was at least five (5) million dollars ($5,000,000); and (iii) no limit if the contractor has performed three projects of any size for K-12 school districts within the past five (5) years and the minimum initial price for the contractor s largest three (3) project(s) within the past five (5) years was at least ten (10) million dollars ($10,000,000). (iii) no limit if the contractor has performed three projects of any size for K-12 school districts within the past five (5) years and the minimum initial price for the contractor s largest three (3) project(s) within the past five (5) years was at least ten (10) million dollars ($10,000,000). B. Other Criteria. As stated above, each Contractor must satisfy all of the Essential Criteria, regardless of its ranking or ability to meet other criteria or the contractor will not prequalify for District Project(s). The Prequalification Questionnaire contains questions for which a numerical score will be given for specific answer(s). A Contractor must receive a minimum number of points, regardless of its ability to meet other criteria, or the Contractor will not prequalify for the District Projects. Even if a Contractor meets the Essential Criteria and receives at least the minimum number of points, the District reserves the right to disqualify that Contractor from bidding or proposing for, or being listed as a first tier subcontractor on, a District Project on other grounds. The District will use some or all of the following criteria in qualifying each Contractor. The District reserves the right to modify the following criteria and to add or delete criteria at its sole discretion at any time prior to opening the Prequalification Package(s). Page 5 of 7

1. Previous Experience. The Contractor shall demonstrate experience working on school or community college district projects approved by the Division of the State Architect ( DSA ), including the following: a. Previous or current contracts for similar types of projects that demonstrate equivalent quality design, detailing, finishes and construction. b. Experience in working on projects of similar scale and complexity with strict budget and schedule compliance. 2. Business History. The Contractor has a history of having continuously been in business as a licensed contractor. 3. Workers Compensation Experience Modifier. The District will consider the Contractor s workers compensation experience modification rate for the past five (5) years. 4. Quality Control. The Contractor shall demonstrate quality, appropriateness, and thoroughness of quality control techniques. 5. Personnel. The Contractor shall disclose to the District for District s review and approval: a. Staff assignment to key roles; b. Commitment by the Contractor to carry out the contract, including availability of full time supervision of the contract throughout the duration of the Project; and c. Clear lines of responsibility within the Contractor s organization demonstrating effectiveness and responsiveness. 6. Financial Strength. The Contractor shall demonstrate its financial ability to undertake and complete the Project. V. APPEALING A QUALIFICATION FINDING A Contractor may appeal the District s decision. If a Contractor decides to appeal the District s qualification decision, it shall follow this procedure: A. Contractor shall submit to the District, in writing, within three (3) working days from notification, a request for a written response by the District to explain any aspect of the District s determination. Page 6 of 7

B. Within three (3) working days from receipt of the District s written response to the Contractor s request, Contractor may submit, in writing, a request for reconsideration by District staff. Contractor may submit with the request any information that it believes supports a finding that District s determination should be changed. If the Contractor chooses not to avail itself of this process, the proposed prequalification rating will be final and may be adopted by the District without further proceedings. VI. MISCELLANEOUS A. The information given in the Prequalification Package by contractors seeking prequalification is provided under oath, with the understanding that the providing of false information is, in itself, grounds for disqualification. B. Pursuant to Public Contract Code section 20111.6(b), prequalification questionnaires and financial statements shall not be public records and shall not be open to public inspection. C. The District may implement an OCIP ( Owner Controlled Insurance Program ) on specific projects. D. All applications must comply with the fingerprinting requirements of Education Code section 45125.1 or 45125.2. Applicants are hereby informed with respect to their employees and all of their subcontractors employees, who may have contact with District pupils during the course of executing a contract for any of the Projects, the California Department of Justice must determine that none of those employees has been convicted of a felony, as the term is described in Education Code section 45122.1. All applicants must provide proof of their company s ability to submit any employees for fingerprinting via Live Scan. Proof can be submitted in the form of an Originating Agency Identification ( ORI ) Number, or proof of an application to the Department of Justice for an ORI Number assignment after the contractor is awarded a Project contract. Page 7 of 7