District Wide Infrastructure Physical Access Controls Phase I Project

Bid No 86516
San Mateo County Community College District  

DOCUMENT 0045

STATEMENT OF QUALIFICATIONS

DISTRICTWIDE INFRASTRUCTURE PHYSICAL ACCESS CONTROLS PHASE I PROJECT

DUE: DECEMBER 8, 2005

1.       GENERAL INFORMATION

1.1.     In Document 00100 (Advertisement for Bids) the San Mateo County Community College District (“District”) has indicated that it will receive Prequalification Applications for the Contract for the construction of the District Wide Infrastructure Physical Access Controls Phase I PROJECT. The Contract will require Contractor to construct the Project, all in accordance with the scope of Work set forth in the Contract.

1.2.     District will accept Prequalification Applications only from Contractors duly licensed as C-10 Electrical Contractors in accordance with the California Business & Professions Code. Additionally, Contractor must meet the following requirements, at a minimum, in order to be considered by District to be qualified for award of the Contract:

a.     Are able to sign the attached Letter of Assent to conform with the requirements of the Project Stabilization Agreement in effect for this project.

b.     Are able to obtain certification letters from the access control manufacturer of major system components and software stating the Contractor is an authorized reseller, installer, and extended warranty provider for the specified security systems?.  Certifications from manufacturer for lower tiered product offerings are not acceptable.

c.        Three years experience as a continuously operating entity engaged in the performance of similar work.

2                REQUIRED CONTENTS OF STATEMENT OF QUALIFICATION (SOQ) SUBMISSION

2.1           Transmittal Letter. The Transmittal Letter, page one of the submittal, shall name the contractor, its legal structure (i.e., wholly owned subsidiary, corporation, partnership, limited partnership, joint venture). If a joint venture or partnership is proposed, Contractor shall identify partner and/or member of the joint venture and their roles and responsibilities. 

2.2           Completed Questionnaire. Contractor shall include a completed Statement of Qualification Questionnaire in the form attached to this Document. Contractor shall ensure its answers to the Questionnaire describe the Contractor’s organization , Key Personnel proposed and the public works history of each. Add supplementary information if necessary, if you believe that such information would benefit the Contractor in receiving a positive result from this Pre-Qualification process.

2.2.1           Additional information regarding Performance and Payment Bonds can be found on the District’s website, http://www.smccd.edu/accounts/facilities/planconstruct/DW_NTC.html

2.3           Completed Questionnaire. Contractor shall include a completed (Statement of Qualification Questionnaire) in the form attached to this Document as Attachment “A”. Contractor shall make sure its answers to the Questionnaire describe itself, Key Personnel proposed and the public works history of each.  Add supplementary information if necessary, if you believe that such information would benefit the Contractor in receiving a positive result of this Prequalification process.  Questionnaire includes the following:

2.3.1           Financial information.  As required.

2.3.2           Capability to Provide Required Performance and Payment Bonds. Contractor shall include a letter from a surety duly licensed to do business in the State of California, having a financial rating from A.M. Best Company of [A-9] or better that the surety has agreed to provide Contractor with the required performance and payment bonds in accordance with the listed requirements. Such performance and payment bonds shall be in the minimum penal sums provided therein. 

2.3.3           Capability to Provide the Required Insurance. Contractor shall provide a letter from an insurance company/insurance underwriter confirming that the insurer will provide Contractor the minimum coverage(s) and amount(s) included herein:

2.3.4           Comprehensive General Liability, no less than that of a standard Commercial General Liability Insurance policy (“Occurrence Form”).  Such insurance shall provide for all operations and include independent contractors, products liability and completed operations for one year after Final Completion of last phase to be completed and acceptance of the final payment.

2.3.4.1      Insurance coverage amount(s) shall be no less than:  Comprehensive General Liability - $1,000,000 for each occurrence - $2,000,000 general aggregate limit - $2,000,000 aggregate for products and completed operations. 

2.3.5           Comprehensive Automobile Liability, covering all owned, non-owned, and hired vehicles.

2.3.5.1      Insurance coverage amount(s) shall be no less than:  $1,000,000 each person Bodily Injury - $1,000,000 each occurrence Bodily Injury - $1,000,000 each occurrence Property Damage. 

2.3.6           All-Risk Course of Construction, for physical loss or damage to the work, temporary buildings, false work, and materials and equipment in transit, and shall insure against (at least) the following perils or causes of loss:  Fire, lightning, extended coverage, theft, vandalism, malicious mischief, debris removal, water damage, and demolition occasioned by enforcement of Laws. 

2.3.6.1      Insurance coverage amount(s) shall be no less than:  100 percent of the completed value of the work that was lost or affected.

2.3.6.2      Deductible shall not exceed $10,000 and shall be the responsibility of the Contractor.

2.3.7           Worker’s Compensation Insurance, in accordance with the most recently amended version of the “Workers’ Compensation Insurance and Safety Act”

2.3.7.1      Insurance coverage amount(s) shall be that amount established by the State.

2.3.7.2      Provide Experience Modification Rating

2.4           Resumes of Proposed Key Managerial/Supervisory Personnel. Contractor shall provide a resume for each person individually named in this document.  Include no less than the following:

2.4.1           Name and proposed assignment of Key Personnel; do not include home addresses or home phone numbers.

2.4.2           Years with Contractor, total years of experience

2.4.3           Years experience acting in the capacity of the proposed assignment for this Prequalification

2.4.4           Education - degrees, schools and years obtained

2.4.5           Professional Registrations and other certifications

2.4.6           Fluency in English (Yes/No)

2.4.7           Experience directly related to Public Works Construction

2.4.8           At least three client references, including contact names, addresses and telephone numbers

2.4.9           Description of projects of a similar nature worked on in the past five years

2.4.10       At the time of Bid, the Contractor will be required to reconfirm staff assignments to the project based on this submittal.  If any of the staff listed in the Prequalification are no longer employed by the firm at the time the project starts, or are otherwise unavailable, the firm’s Bid may be considered non-responsive.  The Owner may consider substitution of listed staff by others; however, comparable project history and other relevant information must be submitted to the Owner for approval, prior to the determination of Bid results.

2.5           Certification letters from the access control manufacturer of major system components and software stating the Contractor is an authorized reseller, installer, and extended warranty provider for the specified security systems.  Certifications from manufacturer for lower tiered product offerings are not acceptable.

2.6           Provide the number of full time skilled personnel that are competent and able to provide installation and service to the District for the specified system in the following categories.

2.6.1      Installation Personnel

2.6.2      Service Personnel

2.6.3      Project Managers,

2.7           Litigation History. Description of litigation history including names of involved parties, nature of dispute, and disposition.

2.8           Additional  Items: The District may issue supplementary Pre-Qualification criteria on a per project basis.


3.       GENERAL CONDITIONS

3.1.     General Conditions for Content. The SOQ should be specific, detailed and complete to clearly and fully demonstrate that the Contractor has a thorough understanding of and demonstrated knowledge of the District’s requirements.

3.2.     Explanations to SOQ. Any explanation requested by a Contractor regarding the meaning or interpretation of this SOQ must be requested in writing by 5:00 pm on Monday, December 5, 2005. Only written responses will be binding. Any information provided to any prospective Contractor concerning this SOQ will be furnished to all prospective Contractors as an Addendum to the Pre-Qualification Documents.

3.3.     QUALIFICATION PROTEST. Any Qualification protest must be submitted in writing to the District's offices, before 12:00 p.m. on December 21, 2005.

3.3.1.  The initial protest document must contain a complete statement of the basis for the protest.

3.3.2.  The protest must refer to the specific portion of the document that forms the basis for the protest.

3.3.3.  The protest must include the name, address, and telephone number of the person representing the protesting party.

3.3.4.  Only Contractors who are eligible to Prequalify with the District for this specific project are eligible to protest the Qualification; protests from any other Contractor will not be considered. In order to determine whether a protesting Contractor is eligible, District may conduct the same investigation and evaluation as District is entitled to take regarding this Prequalification process.

3.3.5.  The party filing the protest must concurrently transmit a copy of the initial protest document and any attached documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other Contractors who appear to have a reasonable prospect of becoming Prequalified depending upon the outcome of the protest.

3.3.6.  The procedure and time limits set forth in this paragraph are mandatory and are Contractor’s sole and exclusive remedy in the event of Bid protest. Contractor’s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings. A Contractor may not rely on a protest submitted by another Contractor, but must timely pursue its own protest.

3.3.7.  Bid protests shall be submitted directly to the district at their offices located at:

San Mateo County Community College District

c/o José D. Nuñez, Executive Director, Facilities Planning & Operations

3401 CSM Drive

San Mateo, CA 94402

* a copy of this protest shall be sent to Peter Hempel, Project Manager, Swinerton Management & Consulting


 Attachment A: STATEMENT OF QUALIFICATION QUESTIONNAIRE

Contractors shall complete the entire Statement of Qualification Questionnaire and submit it in accordance with Document 00200 (Instructions to Bidders) and Document 00450 (Statement of Qualifications). Failure to complete the questionnaire within remedy period or inclusion of any false statement(s) shall be ground for immediate disqualification.

4.       CONTACT INFORMATION:

Firm/Contractor Name: ________________________________________________________________

Business Address: ____________________________________________________________________

Telephone: _______________________________      Fax: _______________________________

Email: ______________________________________________________________________________

Type of Firm:           Corporation: _____            Proprietorship: _____Partnership: _________            

                                    Joint Venture: ______        Other (please describe): _________________

Name and title of person (must be a duly authorized officer of the organization) completing this questionnaire:

________________________________________________________________

Phone: ___________________________       Email: _____________________________________

5.        CONTRACTOR’S LICENSE

5.1.     The Firm/Contractor must be licensed in the State of California.  Name of license holder on file with the California State License Board:

_________________________________________________________

5.2.     License Classification & Number: ___________________________ Expiration Date: _____________

5.3.     Number of years license has been issued under firm name: __________________

5.4.     Within the past five years, has the firm been subject to disciplinary action by the California State License Board?   YES                NO      If yes, provide details of each action on attached page.

5.5.     Have officers or principals of the firm ever had their contractor's license suspended or revoked for any reason?       YES                NO      If yes, please explain on attached page.

5.6.     Does Contractor maintain a business addresses from which project management, installation crews and service personnel responsible for the initial “Work” and continued support of the system is located within a 55 mile driving distance to 3401 CSM Drive, San Mateo, California, as defined by Map Quest map service www.mapquest.com? YES                              NO 

5.7.     Has Contractor included certification letters from the access control manufacturer of major system components and software stating the Contractor is an authorized reseller, installer, and extended warranty provider for the specified security systems?  Certifications from manufacturer for lower tiered product offerings are not acceptable.   YES                   NO    

6.       SAFETY, PREVAILING WAGE

6.1.     Has there been an inquiry or charge by the U.S. Department of Labor, Department of Industrial Relations, Division of Labor Standards Enforcements or any other Department or Division of the U.S. Department of Labor against your firm within the past five (5) years?

                                    YES           NO                     If yes, attach description of inquiry or charge and its status. Include: project name, project address, Date of Inquiry/Violation, Description of Inquiry/Violation, Current Status and/or Resolution.

6.2.     Does your firm have any outstanding judgments, demands or liens resulting from violations of the California Labor Code, California Business and Professions Code or State Licensing laws?

                                    YES           NO         If yes, attach description of outstanding judgment(s), demand or lien and its status.  Include: project name, project address, Date of Inquiry/Violation, Description of Inquiry/Violation, Current Status and/or Resolution.

6.3.     Is your firm currently under investigation by any Federal or state agency for failing to comply with Federal or state laws, including but not limited to the California Labor Code, California Business and Professions Code or State Licensing laws?

                                    YES           NO         If yes, attach description of investigation and its status.  Include: project name, project address, Date of Inquiry/Violation, Description of Inquiry/Violation, Current Status and/or Resolution.

6.4.     Has your firm been cited for OSHA violations within the past five (5) years?

                                    YES            NO     If yes, attach description of violation and its status.  Include: project name, project address, Date of Inquiry/Violation, Description of Inquiry/Violation, Current Status and/or Resolution.

6.5.     Does Contractor have home office safety representatives who visit/audit the job site?

                        YES                   NO 

Name and title of person: ___________________________________________________

Phone: ___________________________   Email: ___________________________


7.       PREVAILING WAGE PROVISIONS

7.1.     Has Contractor been fined, penalized or otherwise found to have violated any prevailing wage or labor code provision? If yes, attach description of each occurrence.

                                    YES           NO         If yes, attach description of violation and its status.  Include: project name, project address, Date of Inquiry/Violation, Description of Inquiry/Violation, Current Status and/or Resolution.

7.2.     Does Contractor either through its own resources or in accordance with Union regulations currently offer a health and welfare benefits for your employees who would work on this project and who are covered by prevailing wage law?

YES  NO  If yes, please provide:

A description of the health and welfare benefits: _____________________________________________________________________

Eligible employees: _____________________________________________________________________

Plan administrator(s):  __________________________________________________

How many years the benefit plan has been in existence: _______________________

Also attach documents that demonstrate you provide, or if signatory to a Union, Union provides such benefits, including but not limited to: the nature of the benefits; who qualifies for them; who provides them; the cost of the benefits; and the method by which the cost per hour is calculated.

7.3.     Do you currently provide retirement/pension benefits for your employees who would work on this project and who are covered by prevailing wage law? Yes  No   If so, please provide:

A description of the retirement/pension benefits: ____________________________________________________________________

Eligible employees: ____________________________________________________________________

Plan administrator(s):  __________________________________ _______________

How many years the retirement/pension plan has been in existence:    ____________

Also attach documents that demonstrate you provide such benefits, including but not limited to: the nature of the benefits; who qualifies for them; who provides them; the   cost of the benefits; and the method by which the cost per hour is calculated.

7.4.     Do you employ properly registered apprentices upon Public Works projects, in accordance with California Code of Regulations Title 8, Division 1, Chapter 2, Subchapter 1, Article 10, Section 230.1 (authority cited:  Labor Code Sections 1777.5, 1777.6, 1777.7)?  Yes  No
If not, please explain how you comply with applicable Labor Code requirements:

 
 
 

7.5.     In accordance with the California Labor Code, a certified copy of all employees’ payroll records shall be made available upon request.  Will you provide certified payrolls upon request?

                                               Yes                 No

7.6    Will Contractor and Contractor’s Subcontractors be able to comply with the terms of the

Project Labor Agreement as set forth in Section 001395?

                                               Yes                 No


8.       DISPUTES: LITIGATION AND ARBITRATION HISTORY

Other than those projects previously listed in response to Section V, list all projects within the last (10) years in which claims were made against your firm, or claims you made against an Owner or General Contractor, resulting in litigation, arbitration, mediation or settlement (attach additional sheets, if necessary).

8.1.     LIST AND ATTACH ALL CURRENT AND/OR /PENDING disputes:

8.2.     Pursued via mediation, arbitration, or litigation

8.3.     Initiated within the last ten (10) years

8.4.     In which additional compensation is sought

8.5.     Where breach of contract is alleged

8.6.     Indemnity is sought

8.7.     Between your firm (or any principal of your firm) and any Owner

8.8.     Indicate here if there any attachments (write ‘See Attached’ or ‘None’):_________________________


9.       BONDING INFORMATION

Prospective General Contractors desiring to be prequalified are informed that they will be subject to and must fully comply with all Bid conditions including providing 100% payment and 100% performance bonds.  Prospective Contractors shall submit the below form, signed by representative of surety and notarized.  If firm has used current surety for less than five (5) years, list surety(ies) previously used and indicate number of years used to demonstrate five (5) complete years of surety history.

9.1.     Is it true that the surety has not paid out any monies for the construction activities of the prospective General Contractor whatsoever within the last five (5) years?

                                YES                   NO                     If answer is no, explain on attached additional sheets.

9.2.     How long has the Prospective Contractor been with this surety?  Number of Years:  ________________

9.3.     Surety Declaration: Provide this Declaration to your surety(ies) for completion.  Do not have the surety submit this information directly to the College.

9.3.1.  Capability to Provide Required Performance and Payment Bonds. Bidder shall include a letter from a surety duly licensed to do business in the State of California, having a financial rating from A.M. Best Company of [A-9] or better that the surety has agreed to provide Bidder with the required performance and payment bonds in accordance with the requirements set forth in Section 00520 (Agreement), Section 00411 (Payment Bond) and Section 00610 (Performance Bond). Such performance and payment bonds shall be in the minimum penal sums provided therein.

9.3.1.1.  This letter must be: 1) generated by the bonding company listed in this SOQ submittal, 2) dated no earlier than the first date of the published Notice to Contractors for this SOQ, 3) notarized, and 4) be addressed to the San Mateo County Community College District.

The undersigned declares under penalty of perjury that the bonding capacity indicated above is true and correct and that this declaration was executed in:

_______________________ (County), _____________________, (State) on ____________ (Date).

________________________________________

________________________________________

________________________________________

________________________________________

________________________________________

(Address)                                                                      

________________________________________

(City, State, Zip Code)

______________________________________________________________________

(ATTACH NOTARIZATION OF SURETY REPRESENTATIVE’S SIGNATURE)


10            EXPERIENCE OF CONTRACTOR

The unique nature of the various Projects requires prior similar experience for the firm and the Key Personnel assigned. Summarize similar project experience below and provide the detailed project information requested:

10.1       List Key Personnel that will be assigned to the Work on the District projects:

Project Manager: ________________________________________________________________

Project Superintendent: ___________________________________________________________

Lead Technician: ________________________________________________________________

10.2       Resumes of Proposed Key Managerial/Supervisory Personnel. Bidder shall provide a resume for each named Key Personnel of Bidder, including but not limited to:  Project Manger, Superintendent and Lead Technician.  Include no less than the following:

10.2.1       Name and proposed assignment of Key Personnel; do not include home addresses or home phone numbers.

10.2.2       Years with Bidder, total years of experience

10.2.3       Years experience acting in the capacity of the proposed assignment for this Prequalification

10.2.4       Education - degrees, schools and years obtained

10.2.5       Professional Registrations and other certifications

10.2.6       Fluency in English (Yes/No)

10.2.7       Experience directly related to Public Works Construction

10.2.8       At least three client references, including contact names, addresses and telephone numbers

10.2.9       Description of projects of a similar nature worked on in the past five years

10.2.10    At the time of Bid, the Contractor will be required to reconfirm staff assignments to the project based on this submittal.  If any of the staff listed in the Prequalification are no longer employed by the firm at the time the project starts, or are otherwise unavailable, the firm’s Bid may be considered non-responsive.  The Owner may consider substitution of listed staff by others; however, comparable project history and other relevant information must be submitted to the Owner for approval, prior to the determination of Bid results.

10.3       Recent Projects. List three recent projects completed for an Educational or Public entity in the past five years.  If a separate sheet is used, it must contain all of the following information:

10.3.1       Project Name:________________________________________________________________

Location:____________________________________________________________________

Owner: _____________________________________________________________________

Owner Contact (name and phone): _______________________________________________

Architect/Engineer: ___________________________________________________________

Architect/Engineer Contact (name / phone number): _________________________________

Const. Mgr. or Project Mgr. (name / phone number): ________________________________

Description of Project, Scope of Work Performed: __________________________________

___________________________________________________________________________

___________________________________________________________________________

Total Construction Cost: _______________________________________________________

Total Change Order Amount: ___________________________________________________

Original Scheduled Date of Completion: __________________________________________

Time Extensions Granted (number of Days): _______________________________________

Actual Date of Completion: ____________________________________________________

Number of Stop Notices filed by Subcontractors or Suppliers: _________________________

10.3.2       Project Name:________________________________________________________________

Location:____________________________________________________________________

Owner: _____________________________________________________________________

Owner Contact (name and phone): _______________________________________________

Architect/Engineer: ___________________________________________________________

Architect/Engineer Contact (name / phone number): _________________________________

Const. Mgr. or Project Mgr. (name / phone number): ________________________________

Description of Project, Scope of Work Performed: __________________________________

______________________________________________________________________________________________________________________________________________________

Total Construction Cost: _______________________________________________________

Total Change Order Amount: ___________________________________________________

Original Scheduled Date of Completion: __________________________________________

Time Extensions Granted (number of Days): _______________________________________

Actual Date of Completion: ____________________________________________________

Number of Stop Notices filed by Subcontractors or Suppliers: _________________________

10.3.3       Project Name:________________________________________________________________

Location:____________________________________________________________________

Owner: _____________________________________________________________________

Owner Contact (name and phone): _______________________________________________

Architect/Engineer: ___________________________________________________________

Architect/Engineer Contact (name / phone number): _________________________________

Const. Mgr. or Project Mgr. (name / phone number): ________________________________

Description of Project, Scope of Work Performed: __________________________________

______________________________________________________________________________________________________________________________________________________

Total Construction Cost: _______________________________________________________

Total Change Order Amount: ___________________________________________________

Original Scheduled Date of Completion: __________________________________________

Time Extensions Granted (number of Days): _______________________________________

Actual Date of Completion: ____________________________________________________

Number of Stop Notices filed by Subcontractors or Suppliers: _________________________


11            FINANCIAL INFORMATION

11.1       What was the largest amount of work completed in one year by the firm?

Year:

Number of Projects:

Value ($) of Largest Project:

Total Value ($) of the Work Completed:

11.2       Has your firm or affiliated entity ever declared bankruptcy or been in receivership?

Yes  No

 

If yes please explain:

 
   

11.3       Regarding your firm's bank, please provide the following information:

Bank Name:_____________________________________________   

Address:________________________________________________   

Average Daily Balance: $_______________________

Available Line of Credit: $____________________  (secured or unsecured)          

Contact Person (name and telephone number): ________________________________


12     INSURANCE INFORMATION

Prospective Contractors desiring to be prequalified are informed that they will be subject to and must fully comply with all Bid conditions including the following insurance coverage and associated limits. Prospective Contractors shall submit the below form, signed by representative of insurer and notarized. If firm has used current insurer for less than five (5) years, list insurer(s) previously used and indicate number of years used to demonstrate five (5) complete years of insurer history.

12.6       Is the insurer to be used listed by A.M. Best with a rating of A-9 or better, and a financial classification of VIII or better?

YES ___________ NO ____________

Indicate A.M. Best Rating:  _______________                              

Indicate A.M. Best Financial Classification:  _____________

12.7Is the Contractor able to obtain insurance in the following limits for this construction contract?

YES ___________ NO ____________

Comprehensive or Commercial Form General Liability Insurance -             Minimum

Limits of Liability                                                                                                         Requirement

Each Occurrence - Combined Single Limit for Bodily Injury and                        

Property Damage                                                                                                            $1,000,000

Products - Completed Operations Aggregate                                                             $1,000,000

Personal and Advertising Injury                                                                                   $1,000,000

General Aggregate - Not Applicable to Comprehensive Form                                $2,000,000

Business Automobile Liability Insurance - Limits of Liability                         Minimum

Limits of Liability                                                                                                            Requirement

Bodily Injury each person                                                                                            $1,000,000

Bodily Injury each occurrence                                                                                     $1,000,000

Property Damage each occurrence                                                                             $1,000,000

12.8How long has the Prospective Contractor been with this insurer?

Number of Years: ____________  

12.9       If the entity submitting this prequalification questionnaire is a Joint Venture, can the Joint Venture or partnership entity itself obtain insurance in the limits, noted above in Section B, for this construction contract?

YES ___________ NO ____________                              N/A ___________

12.10         Has Bidder ever had insurance terminated by a carrier?

Yes _____ No _____          If yes, explain on a separate signed sheet marked with correlating cross-reference to this paragraph of the questionnaire.

12.11         Insurance Declaration

_______________________ (County), _____________________, (State) on ____________ (Date).

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_____________________________________________________________________________-_

(Address)                                                                       (City, State, Zip Code)

_______________________________________________________________________________

(ATTACH NOTARIZATION OF INSURER REPRESENTATIVE’S SIGNATURE)


13     DECLARATION

13.1 Acknowledgement and Release. By signature and date on this page (of this document), prospective bidder authorizes any financial institution, credit reporting agency and/or service, legal firm or any other type of business, agency or individual named within this document to release to the District (or District’s designated representative) any and all information as that information relates, or could relate, to their ability to evaluate the background, stability and general worthiness of this bidder to perform current or future construction activities if Pre-Qualified and awarded a contract by the District.

13.1.1                   A photocopy of this page (with the bidder’s signature and date) shall be deemed as valid as an original document with the bidder’s original signature.

13.1.2                   This Acknowledgement and Release shall remain in effect until such time as the bidder, in writing, requests that the District cease any attempt to evaluate himself/herself/themselves as potential Pre-Qualified bidder for construction work on the campuses of the San Mateo County Community College District.

13.2                        Reserved Right.  The District reserves the right, for the sole purpose of evaluating a potential Pre-Qualification candidate (bidder), to make other inquiries as permitted by law.

The undersigned declares under penalty of perjury that all of the Prequalification information submitted with this application is true and correct and a duly authorized officer of the Firm executed this Declaration.

Dated: ____________                                                       _______________________________________

                                                                                                Company

                                                                                                _______________________________________

                                                                                                Signature

_______________________________________

Title

CONFIDENTIALITY:  Responses to the Prequalification application and questionnaire and any financial information submitted for Prequalification evaluation are not public records and not open to public inspection.  The District will maintain the confidentiality of these records to the extent permitted by law.  In the event a third party requests these confidential records, the District will notify the affected contractor, and it shall be the contractor’s responsibility to defend the District in any action to compel disclosure of the contractor’s confidential information.

END OF DOCUMENT