Santa Rita Jail Observation Workstations and Confidential Interview Rooms *Updated 12

Agency: Alameda County
State: California
Level of Government: State & Local
Category:
  • 71 - Furniture
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD14341814964212974
Posted Date: Dec 15, 2023
Due Date: Jan 17, 2024
Solicitation No: RFQ #20262
Source: Members Only
Contracting opportunity
Bid Number RFQ #20262
Santa Rita Jail Observation Workstations and Confidential Interview Rooms *Updated 12/15/2023*
  • Special Notes/ Comments

    This is Addendum 1 to the RFQ. It contains the presentation for the re-Bid Conference held on 12/12/2023 as well as the attendance roster.

  • Links:

Posted Date

11/27/2023

  • Addendum #1 - 12/15/2023
Project Related Documents

Attachment Preview

Test Title

November 27, 2023

Request for Pre-Qualification

of General Contractors

for the

County of Alameda

General Services Agency

Observation Workstations and

Confidential Interview Rooms Project

Santa Rita Jail

5325 Broder Blvd., Dublin, California 94568

Project No. 20262

TABLE OF CONTENTS

PAGE

ATTACHMENTS

Attachment 1: Request for Pre-qualification Acknowledgement Form

Attachment 2: Alameda County Sheriff’s Office Security Site Clearance Form

Attachment 3: County Project Labor Agreement (Project Stabilization Community Benefits Agreement)

NOTIFICATION OF PRE-QUALIFICATION REQUIREMENTS

for the COUNTY OF ALAMEDA

Observation Workstations and Confidential Interview Rooms

Project #20262

The County of Alameda (“County”) is requesting qualifications for construction services to construct Alameda County’s Santa Rita Jail Observation Workstations and Confidential Interview Rooms Project (“Project”), as a multi-phase critical schedule project at the existing jail facility located at 5325 Broder Boulevard, Dublin, California 94568.

The County’s competitive selection process will proceed in two steps as follows:

Step 1: is the Construction General Contractor (“Contractors”) Pre-Qualification for this design-bid-build project. This phase consists of an objective scoring methodology to pre-qualify contractors. Only contractors that have been determined to be pre-qualified in Step 1 will be allowed to participate in Step 2.

Step 2: is the Project Bidding Process where pre-qualified Contractors will be issued a request for bids. Only those Contractors that were determined to be pre-qualified in Step 1 will be allowed to participate in Step 2. Pre-Qualified Contractors must sign a Non-Disclosure Agreement (NDA) before any contract or bid documents can be distributed. The County will distribute the Bid Documents to those Contractors pre-qualified in Step 1 and submitted a signed NDA. The Bid Documents will be a detailed description of the County’s expectations for the Project including the Notice to Bidders, Project Plans and Specifications, Standard Form Design-Bid-Build Agreement, known site conditions and other pertinent project information.

GENERAL DESCRIPTION OF THE PROJECT

Background and History

The Santa Rita Jail (SRJ) Observation Workstations and Confidential Interview Rooms Project is located at 5325 Broder Boulevard in Dublin, California. Designed as a replacement to the original 1947 facility, the first phase of the SRJ was completed and the jail opened in 1989 with 16 housing units plus a nominal central core and typical ancillary spaces, such as kitchen and laundry. Two additional housing units were added in subsequent phases. Currently, this large campus-style facility comprises nearly one million square feet on 113 acres – one-half mile long by one-quarter mile wide – and can house approximately 4,000 inmates. It is considered a "mega-jail" and ranks as the third largest facility in California. Santa Rita is accredited by the American Correctional Association.

Description of the Project

The Alameda County Sheriff’s Office (ACSO) at the Santa Rita Jail is seeking to make improvements and remodel areas of the facility to provide observation workstations and confidential interview rooms in several of the housing units.

This project will include one interview room on each side (east and west), for a total of two, in five Housing Units. There will be an additional confidential space created in a modified former Safety Cell within one Housing Unit. The interview rooms will provide a confidential space for an inmate to meet with a clinician or other outside service provider. The overall space will consist of two individual rooms separated by a partition with a polycarbonate window. Each side will be accessed through their own doors. The door on the inmate side will be detention grade with a viewing window and cuff port. The door on the clinician side will be commercial grade with a viewing window. There will be additional windows on the ends and sidelights adjacent to the doors. All windows will be detention grade polycarbonate. These additional rooms will be constructed through expansion of existing small office spaces, relocating the deputies to a new workstation in the dining areas of each Housing Unit where security sight lines to inmates will be improved.

The observation workstations will include two double workstations (on the east & west sides) for a total of four individual workstations within five Housing Units.

Scope of Work

The scope of work for the project shall include, but is not limited to the following:

1. Two (2) new interview rooms in five (5) Housing Units, for a total of 10 interview rooms.

2. The addition of new workstations in the dining areas of five (5) Housing Units.

3. Remodel of a former Safety Cell in one (1) Housing Unit.

4. All associated work such as safe-off, demolition, mechanical, electrical, plumbing (safe-off), fire sprinklers, patching of existing finishes, doors/frames/hardware, glass and glazing, CMU walls, partition walls and ceilings, structural work, metals, and any concrete saw-cutting and patching.

All installations must comply with the California Building Code Title 24 requirements, and the California Board of State and Community Corrections (BSCC) standards. Construction requirements will include management of an approved quality control program as well as approvals by ACSO, BSCC, other authorities having jurisdiction (AHJs), and the County’s Construction Manager.

The County desires to complete the entire scope of construction by May 2026. Contractors determined to be Pre-Qualified will be eligible for the Step 2 – Project Bidding Process and be issued a competitive request for bids.

GENERAL STATEMENT OF PRE-QUALIFICATION CRITERIA AND PRIORITIES

The County is particularly interested in Contractors, their subcontractors, and management teams with the following qualifications:

• Successful experience with public sector correctional institution and/or jail facility renovation projects similar in size, scope, type, and complexity to the project identified in this pre-qualification.

• Experience with managing multiple construction crews with limited wireless communication in a large, occupied jail facility.

• Ability to provide a workforce that will pass the on-site security requirements for working in the County’s jail facility. This includes compliance with jail facility construction security procedures and work restrictions defined in Attachment 2.

• Ability to perform to the Project’s required construction phasing schedule and construction completion goals for the County and ACSO.

• Contractors must have a valid California B Contractors License.

STEP 1 - PRE-QUALIFICATION PROCESS

The following is the anticipated schedule of events and actions for this pre-qualification process:

• Advertise/Issue Request for Pre-Qualification Submittals November 27, 2023

• Virtual Pre-Qualification Submittal Conference December 12, 2023, 10:00 AM

o Virtual meeting on MS Teams (Click below link 10 minutes before meeting start time)

o Click here to join the meeting

o Phone in option: 14159153950 access code: 826 477 664#

• Final Submittal of Written Clarifying Questions by Contractor December 27, 2023, 5:00 PM

• Final Responses to Written Questions Issued January 10, 2024

• Submission Deadline for Pre-Qualification Documents January 17, 2024, 2:00 PM

• Notification of Pre-Qualified Contractors January 24, 2024

Note: the above dates are approximate and are subject to change.

STEP 2- PROJECT BIDDING PROCESS AND CONSTRUCTION SCHEDULE

For those Contractors who are pre-qualified to participate in bidding the Project, the following is the anticipated schedule of events for the Request for Proposal and construction:

• Deadline-Submit Signed Non-Disclosure Agreements (NDA) January 31, 2024

• Deadline-Submission of Site Clearance forms for Pre-Bid Conference January 31, 2024

• Release of RFP/Contract Documents Available January 31, 2024

• Pre-Bid Conference & Site Visit February 20, 2024, 10:00 AM

For Pre-Qualified Contractors and any interested Subcontractors who have an executed NDA and site clearance form on file for the project.

Location is ACSO Santa Rita Jail 5325 Broder Blvd., Dublin CA, 94568.

Media Room (adjacent to front lobby)

• Final Submittal of Written Clarifying Questions by February 27, 2024, 5:00 PM

• Final Responses to Written Questions Issued March 5, 2024

• Receipt of Bids and Bid Opening March 12, 2024, 2:00 PM

• Notice of Intent to Award March 15, 2024

• Last Day to Submit Bid Protest March 25, 2024

• Board Award April 9, 2024

• Contract Execution and Notice to Proceed May 8, 2024

• Construction Complete May 9, 2026

Note: the above dates are approximate and are subject to change.

All individuals representing Contractors or Subcontractors who wish to participate in the job walks for the Site Visit indicated above, must receive, in advance, security site clearance from ACSO. See Attachment 2 for the standard ACSO form. Security Clearance forms must be submitted no later than January 31, 2024. The processing time for Security Clearance is approximately 7-10 business days.

MINIMUM BONDING REQUIREMENTS

The minimum bonding capacity must equal or exceed the construction budget. Prospective Contractors that cannot provide bonding at that amount will not be considered pre-qualified even though they may be pre-qualified otherwise.

Contractor Bonding Assistance Program: http://www.acgov.org/cao/rmu/programs/bonding.htm

NOTICE OF PRE-QUALIFICATION REQUIREMENTS

Notice is hereby given that the County has determined that all bidders on the Project must be pre-qualified prior to submitting a bid. It is mandatory that all Contractors, who intend to submit a bid, fully complete the Pre-Qualification Questionnaire Document, and provide all materials requested herein and be determined to be pre-qualified by the County to be issued a request for bids. No bid will be accepted from a Contractor that has failed to comply with these requirements.

If two or more business entities submit a bid as part of a Joint Venture or expect to submit a bid as part of a Joint Venture, each entity within the Joint Venture must be separately pre-qualified to bid. A pre-qualified Joint Venture shall remain a Joint Venture in Step 2.

Answers to questions contained in the Pre-Qualification Questionnaire, information about current bonding capacity, notarized statement from surety, and the most recent reviewed or audited financial statements (Profit & Loss Statement and Balance Sheet), with accompanying notes and supplemental information, are required. The County will use these documents to determine whether the Contractor is pre-qualified to submit a bid for the Project. The County reserves the right to check other sources available. The County’s decision will be based on objective evaluation criteria.

The intent of the Pre-Qualification Questionnaire and supporting information required is to assist the County in determining bidder responsibility prior to submission of bids. Neither the fact of pre- qualification, nor any pre-qualification rating, will preclude the County from a post-bid consideration and determination of whether a bidder has the quality, fitness, capacity, and experience to satisfactorily perform the proposed work, and has demonstrated the requisite trustworthiness.

A Contractor will not be considered as pre-qualified for bidding on this Project until the Contractor has met the requirements of the County. In addition, a Contractor may not be considered pre-qualified where it has: (1) omitted requested information, or (2) falsified information.


IMPORTANT PROVISIONS OF THE PUBLIC CONTRACT CODE RELATED TO PRE-QUALIFICATION

In 1999, the California Legislature enacted a law that allows many public agencies, including Alameda County, to require licensed Contractors that wish to bid for public works jobs to “pre- qualify” for the right to bid on a specific public work project, or on projects undertaken by a public agency during a specified period. Public Contract Code Section 20101 contains the relevant provisions for this pre-qualification process.

The County of Alameda has chosen to adopt the pre-qualification process described in Public Contract Code Section 20101 for this Project. Section 20101 requires every public agency that creates a pre- qualification procedure to: (1) use a standardized questionnaire and financial statement in a form specified by the public entity, (2) adopt and apply a uniform system of rating bidders on objective criteria, on the basis of the completed questionnaire and financial statements, and (3) create an appeals procedure, by which a Contractor that is denied pre-qualification may seek a reversal of that determination.

PUBLIC RECORD / CONFIDENTIALITY

The Pre-Qualification Documents (questionnaire answers and financial statements) submitted by Contractors are not public records and are not open to public inspection. All information provided will be kept confidential to the extent permitted by law. The contents may be disclosed to third parties for purpose of verification, or investigation of substantial allegations, or in an appeal hearing. State law requires that the names of Contractors applying for pre-qualification status shall be public records subject to disclosure; the Contact Information page of the questionnaire will be used for that purpose.

PROJECT STABILIZATION/COMMUNITY BENEFITS AGREEMENT (PSCBA)

The Project will comply with the requirements of the Project Stabilization/Community Benefits Agreement for the County of Alameda (“PSCBA”). Work performed pursuant to the proposed Contract, with a construction value of one million ($1,000,000) or more, will be subject to the requirements of the PSCBA, as described in Attachment 3. In consideration of the award of a Contract to perform the Work, the Contractor must agree to be party to and bound by the PSCBA. Pre-Qualified Contractors who submit a bid over $1,000,000 will be required to accept and acknowledge that they will meet the PSCBA requirements and goals as they relate to the construction of the Project and agree to execute the PSCBA Contractor Agreement to be Bound and shall require all of their Subcontractors, of whatever tier, to be similarly bound for all Work within the scope of this Contract by signing an identical Contractor Agreement to be Bound.

COUNTY OF ALAMEDA RIGHTS

The County reserves the right to waive minor irregularities and omissions in the information contained in the Pre-Qualification Documents submitted, to make all final determinations, and to determine at any time that the pre-qualification procedures will not be applied to a specific future public works project.

The County may refuse to grant pre-qualification where the requested information and materials are not provided, or not provided by the date specified above. There is no appeal from a refusal for an incomplete or late application. The closing date and time for pre-qualification submittals will not be changed to accommodate supplementation of incomplete submissions, or late submissions.

The County reserves the right to accept Pre-Qualification Documents despite minor irregularities and omissions in the information that would otherwise serve to disqualify a Contractor. The County reserves the right to make all final pre-qualification determinations and to determine at any time that the pre-qualification procedures will not be applied to the Project.

The County reserves the right to adjust, increase, limit, suspend or rescind the pre-qualification rating based on subsequently learned information. Contractors whose rating changes sufficient to disqualify them will be notified and given an opportunity for a hearing consistent with the hearing procedures described for appealing a pre-qualification rating.

Appeal Process

The following is provided in the event that the non-qualifying Contractor(s) wish to appeal the pre-qualification process or appeal the recommendation of dis-qualification.

Any pre-qualification appeal must be submitted in writing by 5:00 p.m. on the SEVENTH (7th) calendar day following the date the County issues notice of dis-qualification (not the date the Contractor receives such notification of non-qualification). The pre-qualification appeal must be submitted to the office that has been designated for review of appeals for this procurement (the Appeal Evaluator). For this procurement, the Appeal Evaluator is:

GSA–Office of Acquisition Policy (OAP)

ATTN: Chief Deputy Director, Administration

OAP, General Services Agency

1401 Lakeside Drive, 10th Floor, Oakland, CA 94612

Email: GSA-BidProtests@acgov.org

An appeal received after 5:00 p.m. is considered received as of the next calendar day. An appeal received after 5:00 p.m. on the SEVENTH (7th) calendar day following the date of issuance of the notice of dis-qualification will not be considered under any circumstances by the Appeal Evaluator or their designee. The County will send an email acknowledging receipt of the appeal; however, it is the responsibility of the protestor to confirm that the appeal was timely received. All Contractors will be notified if an appeal is received.

The appeal must contain a complete statement of the reasons and facts for the appeal. The appeal must refer to the specific portions of all documents that form the basis for the appeal. The appeal must include the company name, name, address, email address, and telephone number of the person submitting the appeal on behalf of the protesting party.

The Appeal Evaluator, or their designee, will review and evaluate the appeal and issue a written decision. The Appeal Evaluator may, at its discretion, do any of the following: investigate the appeal, obtain additional information, provide an opportunity to settle the appeal by mutual agreement, and schedule a meeting(s) with the appealing Contractor and others (as appropriate) to discuss the appeal. The decision on the appeal must be finalized prior to the Board hearing.

Notification of the decision will be communicated by email and/or US Postal Service mail to the appealer. Notification will be provided to all pre-qualified Contactors when a decision has been made on the appeal and whether the recommendation to the Board of Supervisors in the Notification of Pre-Qualified Contractors will stand.

The decision on the pre-qualification appeal by the Appeal Evaluator may be appealed to the Auditor-Controller's Office of Contract Compliance & Reporting (OCCR) located at 1221 Oak St., Room 249, Oakland, CA 94612, Email: OCCR@acgov.org , unless the OCCR determines that it has a conflict of interest in which case an alternate will be identified to hear the appeal and all steps to be taken by OCCR will be performed by the alternate. The dis-qualifying Contractor whose qualifications are the subject of the appeal, all pre-qualified Contractors affected by the Appeal Evaluator's decision on the appeal, and the appealer have the right to appeal if they feel the Appeal Evaluator's decision is incorrect. All appeals to the Auditor-Controller's OCCR must be in writing and submitted within SEVEN (7) calendar days following the issuance of the decision, not the date the decision is received by the non-qualified Contractor. An appeal received after 5:00 p.m. is considered received as of the next calendar day. An appeal received after 5:00 p.m. on the SEVENTH (7th) calendar day following the date of issuance of the decision by the Appeal Evaluator will not be considered under any circumstances by the Auditor-Controller OCCR or their designee.

The appeal must specify the decision being appealed and all the facts and circumstances relied upon in support of the appeal. In reviewing appeals, the OCCR will not re-judge the Pre-Qualification Documents. The appeal to the Auditor-Controller’s OCCR must be limited to a review of the procurement process to determine if the County materially erred in following the pre-qualification or, if applicable, County contracting policies or other laws and regulations. The appeal to the Auditor-Controller’s OCCR must be limited to the grounds raised in the original appeal and the written decision by the Appeal Evaluator. As such, a dis-qualifying Contractor is prohibited from stating new grounds for a pre-qualifying appeal.

The Auditor’s Office OCCR may overturn the results of a pre-qualification appeal process for ethical violations by Procurement staff, County Selection Committee members, subject matter experts, or any other County staff managing or participating in the evaluation process, regardless of timing or the contents of a pre-qualification appeal. The finding of the Auditor-Controller’s OCCR is the final step of the appeal process. A copy of the finding of the Auditor-Controller’s OCCR will be furnished to the appealer.

The finding on the appeal will be issued before the contract is awarded by the Board of Supervisors.

The procedures and time limits set forth in this section are mandatory and are each pre-qualifying Contractor's sole and exclusive remedy in the event of a pre-qualification appeal. A pre-qualifying Contractor’s failure to timely complete the appeal procedures will be deemed a failure to exhaust administrative remedies. Failure to exhaust administrative remedies, or failure to comply otherwise with these procedures, will constitute a waiver of any right to further pursue a pre-qualification appeal, including filing a Government Code Claim or legal proceedings.

PRE-QUALIFICATION POINT OF CONTACT

Any questions regarding the Project and the Pre-Qualification process should be in writing and directed to:

Isabelle Beauchamps, Program Manager

and David Barba, Senior Project Manager

General Services Agency

County of Alameda

1401 Lakeside Drive, Suite 800

Oakland, CA 94612

Phone: 510.208.3990

Email: isabelle.beauchamps@acgov.org & david.barba@acgov.org

The County reserves the right to extend the deadline for submittal of Pre-Qualification Documents through an addendum posted to the Alameda County General Services Agency website.

INTRODUCTION AND OVERVIEW OF THE PRE-QUALIFICATION PROCESS

SUBMISSION REQUIREMENTS, DATE AND DELIVERY

Each Pre-Qualification Questionnaire Document must be signed under penalty of perjury (verified under oath) in the manner designated on the certification page, by an individual who has the legal authority to bind the Contractor on whose behalf that person is signing.

All submissions shall include a completed and signed REQUEST FOR PREQUALIFICATION ACKNOWLEDGMENT FORM (Attachment 1), acknowledging the receipt of all addenda issued for this Request for Pre-Qualification of General Contractors.

If any information provided by a Contractor becomes inaccurate after verification, the Contractor must immediately notify the County and provide updated accurate information in writing, under penalty of perjury.

The Pre-Qualification Document Package must be submitted in a sealed envelope and marked “CONFIDENTIAL,” to Capital Programs, Attention:

Isabelle Beauchamps, Program Manager

General Services Agency, County of Alameda

1401 Lakeside Drive, Suite 800, Oakland, CA 94612

The submitted Pre-Qualification Document Package will be stamped upon receipt with an official date and time of receipt.

SCORING APPROACH

The rating of the Contractor will result from consideration of the scores attained in Parts II and III of the questionnaire. The successfully pre-qualified Contractor must achieve a passing score in both parts of the questionnaire. The scores achieved for the two parts are not aggregated to a “total score” to achieve a pass-fail rating. Rather, each part is stand-alone and must be passed sequentially. The points available and scoring for all parts of this document can be found in the Scoring Worksheets section of this document.

PART I: INFORMATION ABOUT THE CONTRACTOR

This part applies to the Contractor and is for identification purposes only. There is no scoring value to Part I. The first two pages of this part are the only public information portion of the Pre-Qualification Questionnaire Document (specifically the “Lead Person or Firm-Contact Information” section and questions 1a. through 1h.)

PART II: ESSENTIAL REQUIREMENTS FOR QUALIFICATION OF THE CONTRACTOR

This part applies to the Contractor and is a series of yes or no questions. All questions must be answered correctly, or the Contractor will be dis-qualified. If the Contractor correctly responds to each of these questions, its consideration of qualifications will advance to Part III.

If the Contractor is unable to correctly respond to each of these questions, they will be dis-qualified regardless of the results of the scored questions.

PART III: SCORED QUESTIONS FOR THE CONTRACTOR

This part is comprised of the qualifications and experiences that the Contractor should possess. A series of questions that must be answered by the Contractor, each question has a pre-assigned score value. The total score attained establishes the rating for the Contractor.

For passing through this part, the Contractor must be able to answer the questions so that the aggregate score for all questions in this part is equal to or greater than 95 points of the possible maximum score of 129. If the Contractor passes Part III, consideration of its qualifications will proceed to Part IV.

PART IV: RECENT CONSTRUCTION PROJECTS COMPLETED

This part requests specific information for each of the projects listed by the Contractor in response to Question 21 of Part III. The County may contact the Owner Contact listed for each project to verify information provided by the Contractor. It is each Contractor’s responsibility to notify their listed Owner Contacts to make sure that they are available for information verification. A score of “0” will be assigned for each project in response to Question 21 of Part III that cannot be verified under Part IV.

PRE-QUALIFICATION DOCUMENT: REVIEW AND NOTIFICATION PROCESS

The completed Pre-Qualification Document must be submitted by the deadline specified above. Once received, the review and notification process will be as follows:

5. The Pre-Qualification Package will be date-stamped upon receipt.

6. The Pre-Qualification Document will be reviewed for completeness by County staff. Completed Pre-Qualification Documents will be reviewed by County staff and scores will be assigned based on the points outlined in the Scoring Worksheets.

7. The Contractor will be notified of their qualification rating by regular mail or electronic mail (email) by the date identified in the Step 1 – Pre-Qualification Process schedule of events.

If the Contractor is rated as “Pre-Qualified” for this Project, they will be eligible for bidding on the Project and will be notified of the opportunity to submit a Bid for the Project.

The County has set a due date for receiving bids from pre-qualified Contractors for the Project. Please see Step 2 – Project Bidding Process and Construction Schedule in the Notification of Pre-Qualification Requirements section.

If the Contractor is rated as “Non-Qualified” for this Project, they may initiate an appeal following the process described in the Notification of Pre-Qualification Requirements section.

PART I: INFORMATION ABOUT THE CONTRACTOR

Lead Person or Firm - Contact Information

If Contractor is a sole proprietor or partnership:

Owner(s) of Company:

Contractor Name:

Contact:

Address:

Phone: Fax: _______________________________

Email Address:

Type of Entity (check one):

Corporation Partnership Sole Proprietor Joint Venture Other Association

Member Firm(s)

Discipline

Name

License

Contractor

INFORMATION ABOUT THE CONTRACTOR

1a. Date of formation or incorporation:

1b. State of formation or incorporation:

1c. How many persons does your organization currently employ:

1d. If your organization is a corporation, please complete the following table:

Provide information for each officer of the corporation or individual(s) with 20% or more of the corporate stock.

Position

Name

Years with Co.

%

Ownership

President

Vice-President

Secretary

Treasurer

1e. If your organization is a partnership, please complete the following table. Provide information for each partner who owns 20% or more of the firm.

Position

Name

Years with Co.

%

Ownership

President

Vice-President

Secretary

Treasurer

1f. If your organization is a sole proprietorship, please complete the following table. Provide information for each member of the proprietorship.

Owner

Years as Owner

1g. If your organization is a joint venture, please complete the following table. Provide information for each member of the joint venture.

Joint Venture Member #1

Name of Company

Name of Owner/Partner or President

Years with Co.

%

Ownership of Joint Venture

Joint Venture Member #2

Name of Company

Name of Owner/Partner or President

Years with Co.

%

Ownership of Joint Venture

Joint Venture Member #3

Name of Company

Name of Owner/Partner or President

Years with Co.

%

Ownership of Joint Venture

1h. For each person listed in table 1d, 1e, 1f, or 1g, identify every construction company that the person has been employed with at any time during the last five years:

Name

Company

Position with Company

Dates of Employment with Company

2. Has there been any change in ownership of the Contractor at any time during the last three years? If so, note each change below:

NOTE: A corporation whose shares are publicly traded is not required to answer this question.

Yes

No

Not Applicable (see NOTE above)

If “yes,” explain:

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

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

...

Yes

No

This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >