STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

advertisement
STATE OF COLORADO
OFFICE OF THE STATE ARCHITECT
STATE BUILDINGS PROGRAMS
REQUEST FOR PROPOSALS
FOR A
Design/Build Lump Sum (LS) Agreement (modified)
FOR THE
University of Colorado Colorado Springs
Project number: 16-012
Project Title:
Rooftop Solar Installation
REQUEST FOR PROPOSALS FOR AN
INTEGRATED PROJECT DELIVERY METHOD UTILIZING
CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING SERVICES
TABLE OF CONTENTS
ADVERTISEMENTS
I.
GENERAL INFORMATION
A.
B.
C.
D.
II.
QUALIFICATION SUBMITTALS
A.
B.
C.
D.
E.
F.
III.
Introduction/Description of Project
Minimum Qualifications
Scope of Services
Schedule
Mandatory Pre-submittal Conference
Clarifications
General Information
Prequalification Submittals
Cost Proposal
Method of Selection and Award
EVALUATION CRITERIA
A. QUALIFICATION SUBMITTAL CRITERIA
1.
2.
3.
4.
Qualifications of the Firm(s)
Qualifications of the Management Team Members
Project Management Approach
Prior Project Experience/Success
a. Timeliness
b. Budget Considerations
c. Quality
d. Services Disruption
e. Project Acceptability
f. Compliance
5. Miscellaneous Considerations
a. Claims/Litigation History
b. Apprenticeship Training Program
c. Experience working in higher education campus environment
IV.
D/B Lump Sum CONTRACT INFORMATION: Available at:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
V.
ADDITIONAL PROVISIONS
VI.
ACKNOWLEDGMENT AND ATTESTATION: Available at:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
VII.
COST PROPOSAL FORM: Available at:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
APPENDICES: Available on the UCCS web site at:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
Appendix A:
NOT USED
Appendix B:
Designated Services and Method of Payment Matrix
Appendix C:
Certification and Affidavit Regarding Unauthorized
Immigrants (Form UI-1)
Appendix D:
Attachment A
REQUEST FOR PROPOSALS
Design Build Lump Sum (LS) Agreement
State of Colorado
University of Colorado Colorado Springs
Notice Number: N/A
Notice Status:
# Notice Revisions:
Project No: N/A
Project Title: Rooftop Solar Installation
Settlement Notices
For all projects with a total dollar value above $50,000 Notice of Final Settlement is required
by C.R.S. 38-26-107.
Final Settlement, if required, will be advertised via: Electronic Media
Project Overview
The University of Colorado Colorado Springs (“UCCS” or the “University”) is seeking to install one
or more rooftop solar photovoltaic systems sized from approximately 30 kW to 200 kW on one or
several campus buildings, with the intent of increasing onsite production of renewable energy in
support of our campus’ long term goals of carbon neutrality and ongoing focus of reducing our
energy costs and environmental footprint. The University is interested in a financial model that
provides for ownership of the facility at the end of 20 years at no cost to the University with a
buyout clause allowing the University to purchase the system after seven years of production.
GOALS
The goals of the project are as follows:








Reduce campus greenhouse gas emissions and environmental impact.
Reduce electricity costs, including an analysis of on-peak rate periods.
No campus investment is required.
University receives certified environmental credits (Renewable Energy Credits (RECs)); or
equivalent if direct RECs are part of a power purchase agreement with Colorado Springs
Utilities (“CSU”).
Entering into a contract that allows the University to purchase the system(s) after the
seventh (7th) Commercial Operation Year or at any time thereafter.
To know the purchase price at the end of the seventh (7th) Commercial Operation Year.
To know the purchase cost of the delivered power during the first seven Commercial
Operation Years, and then, if the University does not purchase the system after the seventh
(7th) Commercial Operation Year, the purchase cost of delivered power for the following 13
Commercial Operation Years, for a total of 20 years.
To know which facilities are feasible for the installation of a rooftop solar system and the
size of those systems. The university is proposing the following buildings:
o
o
o
o
o
Academic Office Building
Centennial Hall
Lane Center
Osborne Science and Engineering
University Center
Scope of Services
Selected firm will sign the Design/Build Lump Sum (LS) contract, agree to Attachment A conditions
and sign the license contained in Attachment A.
Collaborate with the University to identify the best buildings, of those listed, and roofs for solar
photovoltaic installations.
Design and install: self-ballasted, rooftop solar array(s) with the following specifications:

System size: 30-200 kW depending upon location

Panel efficiency: Use minimum module (panel) efficiency of 18%.

Racking system: Self ballasted, no roof penetrations, engineered for 110 mph wind zone
(Exposure C). Must secure ballast to racking system to prevent removal of PV system
component. Any roof penetrations must be pre-approved by UCCS and must not void any
existing warranties.
System orientation: Provide system production kWh and cost avoidance analysis, based on CSU
electric rates for the specific building, with two orientations; 1) maximum energy production and 2)
maximum energy production during on-peak utility rate periods.
State your design DC to AC de-rate factor as well as panel tilt angle (very important in our snowy
climate) and azimuths for the two system orientations noted above.
The successful bidder is responsible for hiring licensed professional structural and electrical
engineers to analyze the proposed solar PV system with regard to existing roof structure to support
the additional load and the electrical systems. The engineers are responsible for wet stamping the
construction drawings and stating all design loading conditions. In addition the selected firm will
meet all requirements as specified by the State’s code consultant (selected by the university) and
Colorado Springs Utilities requirements.
Attend a mandatory pre-submittal meeting.
Operation and Maintenance: must operate and provide system maintenance. Successful bidder
must respond to an outage within twenty-four hours and complete repairs, or provide a mutually
agreed upon action plan with the university to resolve the issue, within seventy-two hours. The
selected firm will meet all requirements as set out in Attachment A.
Monitoring: must provide independent third-party, revenue-grade web-based data monitoring of
system to include status, uptime, and power generation as set out in Attachment A.
Financing:

Project will require a power purchase agreement with Colorado Springs Utilities that
includes all of the renewable energy credits (RECs) for the electricity generated by the
solar panels.

Finance offering must account for the following costs that shall be paid by the successful
bidder:

All costs associated with the design, construction and placing in operation of the
system.


Structural engineering design / review of roof structure.
Electrical engineering design / review of electrical system.

Design reviews and construction inspections by the State’s Code consultant,
required State inspections and CSU inspections.

Maintenance and operations during the period of ownership by the successful bidder.

All taxes.

All costs associated with data monitoring and providing access to the data monitoring to the
University.

Provide system purchase cost to UCCS after the seventh (7th) Commercial Operation Year.

Indicate price of energy from the solar system to UCCS during your ownership of this system
(prior to purchase of system by UCCS).

Provide an estimate of annual operation and maintenance costs for years 8 through 20.
Minimum Requirements

Minimum qualifications: 5+ years solar PV project financing, design, development, installation,
maintenance and power purchase agreements.

Have design, installation and maintenance experience within the State of Colorado.

Have complete familiarity with Colorado Springs Utilities’ power purchase agreements.

Successful experience and project completion with tax exempt customers.

Successful bidder must demonstrate experience designing, installing, and maintaining solar PV
systems on flat roofs in high wind zones.

Must have experience financing 200 kW projects in Colorado.
Firms meeting the minimum requirements may obtain the RFP on our web site at:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
Other Information
Preference shall be given to Colorado resident bidders and for Colorado labor, as provided by law.
Review the additional provisions section of the full RFP in Section V.
Pre-Submittal Meeting
A mandatory Pre-Submittal Meeting will be held at Campus Services Building Room 204, 1420 Austin
Bluffs Parkway, Colorado Springs, CO as shown in Section I.D SCHEDULE.
Questions
Questions are due as shown in Section I.D SCHEDULE.
Electronic Submittals Due
As shown in Section I.D SCHEDULE
Email Address: submit@uccs.edu
Comments:
Late submittals will be rejected without consideration. UCCS and the State of
Colorado assume no responsibility for costs related to the preparation of
submittals. Submittals may also be hand delivered on electronic media if the
file is too large to email.
Point of Contact
Gary Reynolds
Name:
University of Colorado Colorado Springs
Agency:
719-255-3505
Phone:
Email:
Gary.Reynolds@uccs.edu
This Notice is also available on the web at:
REQUEST FOR PROPOSALS FOR AN
INTEGRATED PROJECT DELIVERY METHOD UTILIZING
Design Build Lump Sum (LS) Agreement
University of Colorado Colorado Springs
I.
GENERAL INFORMATION
A.
INTRODUCTION/DESCRIPTION OF PROJECT
OVERVIEW
UCCS is seeking to install one or more rooftop solar photovoltaic systems sized from
approximately 30 kW to 200 kW on one or several campus buildings.
BACKGROUND
Increasing onsite production of renewable energy is in support of our campus’ long term goal of
carbon neutrality and ongoing focus of reducing our energy costs and environmental footprint.
GOALS
The goals of the project are as follows:
 Reduce campus greenhouse gas emissions and environmental impact.
 Reduce electricity costs, including an analysis of on-peak rate periods.
 No campus investment is required.
 University receives certified environmental credits (Renewable Energy Credits (RECs)); or
equivalent if direct RECs are part of a power purchase agreement with Colorado Springs
Utilities (“CSU”).
 Entering into a contract that allows the University to purchase the system(s) after the
seventh (7th) Commercial Operation Year or at any time thereafter.
 To know the purchase price at the end of the seventh (7th) Commercial Operation Year.
 To know the purchase cost of the delivered power during the first seven years, and then, if
the university does not purchase the system after the seventh (7th) Commercial Operation
Year, the purchase cost of delivered power for the following 13 years, for a total of 20
years.
 To know which facilities are feasible for the installation of a rooftop solar system and the
size of those systems. The university is proposing the following buildings:
o Academic Office Building
o Centennial Hall
o Lane Center
o Osborne Science and Engineering
o University Center
B.
MINIMUM QUALIFICATIONS

Minimum qualifications: 5+ years solar PV project financing, design, development, installation,
maintenance and power purchase agreements.

Have design, installation and maintenance experience within the State of Colorado.

Have complete familiarity with Colorado Springs Utilities’ power purchase agreements.

Successful experience and project completion with tax exempt customers.

Successful bidder must demonstrate experience designing, installing, and maintaining solar PV
systems on flat roofs in high wind zones.

Must have experience financing 200 kW projects in Colorado.
C.
SCOPE OF SERVICES
A sample copy of the State’s Design Build Lump Sum (LS) Agreement and General Conditions for the
Design/Build Lump Sum Agreement is located at UCCS Facilities Services web site:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
D.
SCHEDULE
1. The schedule of events for the RFP process:
RFP Released
Mandatory Meeting
Clarification Questions Due
Answers Provided by
RFP Response Due
Selection
Project Start
November 13, 2015
Nov. 24, 2015; 1:00 pm
Dec. 3, 2015 by 4:00 pm
Dec 7, 2015 by 5:00 pm
Dec. 18, 2015 by 2:00 pm
Dec. 22, 2015 by 5:00 pm
Jan. 4, 2015
2. Electronic Submittals: One electronic copy of the submittal shall be made available by
the above-listed date and time. Electronic copies can be emailed to: submit@uccs.edu .
The submittal shall be a maximum of 20 pages, including cover letter but not including
section dividers. Resumes can be placed in an appendix and will not count against the
20 pages.
or; made available by delivery of a CD or USB flash drive, delivered to the Campus
Services Building reception desk.
3. Responding firms shall be notified of revisions via the UCCS Facilities Services web
site. Respondents may elect to verify times and dates by checking the UCCS Facilities
Services web site in case of change.
II.
QUALIFICATION SUBMITTALS
A.
MANDATORY PRE-SUBMMITTAL CONFERENCE
1. To ensure sufficient information is available to firms preparing submittals, a mandatory
pre-submittal conference has been scheduled. The intent of this conference is to tour
the site and to have UCCS staff available to discuss the project. Firms preparing
submittals must attend and sign-in in order to have their submittals accepted.
(Additional tours may be scheduled for other staff at a later date for those firms
attending the pre-submittal conference).The pre-submittal conference will be held:
Campus Services Building, Room 204, University of Colorado Colorado Springs,
1420 Austin Bluffs Parkway, Colorado Springs, CO 80918 at the date and time
shown in Section I.D SCHEDULE.
B.
CLARIFICATIONS
1. Owner initiated changes to this RFP will be issued under numerically sequenced
addenda and posted on the UCCS web site. Addenda generally consist of the following
items:
a. Clarifications
b. Scope Changes
c. Time and/or Date Changes
Respondents must acknowledge all issued addenda in their submittal and
proposal.
2. Respondent initiated email requests for clarification will be received any time on or
before the date and time shown in Section I.D SCHEDULE. All UCCS responses will
be issued on the UCCS Facilities Services web site by the date and time shown in
Section I.D SCHEDULE.
C.
GENERAL INFORMATION
1. All respondents accept the conditions of this RFP, including, but not limited to, the
following:
a.
b.
c.
d.
e.
All submittals shall become the property of the State of Colorado and will not be
returned.
Late submittals shall not be evaluated. Facsimile or paper submittals shall not
be accepted.
Any restriction as to the use of submitted materials must be clearly indicated as
proprietary. The requested limitation or prohibition of use or release shall be
identified in writing on a cover sheet. Blanket claims of proprietary submittals
will not be honored. Fee proposals will be considered proprietary.
The State reserves the right to reject any or all proposals on the basis of being
unresponsive to this RFP or for failure to disclose requested information.
The State shall not be liable for any costs incurred by respondents in the
preparation of submittals and proposals nor in costs related to any element of
the selection and contract negotiation process.
f.
g.
D.
The respondent has reviewed the sample Design/Build Lump Sum (LS)
Agreement and associated General Conditions and by responding has agreed
that the terms and conditions of the sample Agreement and General Conditions
are expressly workable without reservation.
The respondent has reviewed Attachment A and by responding has agreed that
the terms and conditions of the sample Agreement are expressly workable
without reservation.
QUALIFICATION SUBMITTALS
1. Respondent must comply with the following items, a through e. The State retains the
right to waive any minor irregularity or requirement should it be judged to be in the best
interest of the State. (Note that the primary focus of the Prequalification evaluation
will be the firm(s)’ capabilities). Proposals shall have a maximum of 20 pages.
a. Send one complete copy of all material electronically to submit@uccs.edu.
Submittals shall be complete and formatted in the exact form and numeric sequence
of the Evaluation Form located in this RFP in Section III Evaluation Criteria.
b. A maximum two page cover letter addressed to Gary Reynolds outlining the firm(s)
qualifications is required at the front of the submittal.
c. All references shall be current, relevant and complete with contact information that
is current as of June 30, 2015.
d. Complete and execute the appropriate Acknowledgment and Attestation Form
available on the UCCS Facilities Services web site:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-forrfqrfp.html
and submit as the last page of the Prequalification Submittal.
E.
COST PROPOSAL
1. Cost Proposals shall be submitted on the form available on the UCCS Facilities
Services web site:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-forrfqrfp.html
without modification.
a. Any specific services requested in the RFP and its appendices that are not
included should be clearly identified. Exclusion of any required service may
result in the proposal being found non-responsive.
b. Provide a detailed financial proposal that supports the submitted cost proposal.
c. The State reserves the right to reject any Cost Proposal not prepared in the
above manner. The contract will be a bonded design/build lump sum contract
including not-to-exceed reimbursables and fee to encompass all design and
construction work.
2. This Cost Proposal is a binding offer to perform the services associated with the
Statement of Work described in this RFP. The State reserves the right to negotiate a
cost adjustment based on scope clarification subsequent to selection and prior to
contract execution.
3. A Cost Proposal will be developed for each rooftop system and for the two requested
solar orientations (i.e. 1) maximum energy production and 2) owner savings based on
on-peak power production)
4. The Cost Proposal will be provided in a sealed envelope separate from the rest of the
response to the RFP, which will be opened after the qualification evaluation as outlined
in Section III.
F.
METHOD OF SELECTION AND AWARD
The Jury Panel shall complete a combined evaluation of qualifications and NPV in
accordance with the criteria as indicated in Section III. After receipt of the submittals a
decision will be made on whether the university will base its decision on minimizing energy
purchased from CSU or overall cost avoidance. Once the firms have been determined to
be qualified (meets the stated goals, the minimum qualifications and meets or exceeds the
minimum score for the evaluation criteria), the award will be based on the net present value
over a 20 year period; evaluating as owned by the selected firm for 20 years or if
purchased by the university after the seventh (7th) Commercial Operation Year.
Award of contract will be contingent on availability of key proposed Project Management
Team staff.
III.
EVALUATION CRITERIA
A.
QUALIFICATION SUBMITTAL CRITERIA
(Note that the primary focus of the Qualification Evaluation will be the Firm’s cost
proposal).
1. QUALIFICATIONS OF THE FIRM(s)





Provide a description of the composition and management structure of your firm.
Identify the firm’s roles and responsibilities and relevant experience with projects of
similar scope and complexity and similar fast track project delivery methods.
Describe how the firm’s experience will relate to the success of this project.
Provide a description and separate graphic organizational chart complete with
working titles identifying the lines of authority, responsibility and coordination.
Provide a detailed description of the process of how your firm selects qualified subcontractors and manages them effectively on complex multi-phased projects.
Provide a detailed description of how your firm will maximize the Colorado
construction work force on this project.
Provide your firms’ safety record over the last ten years and describe your firms’
efforts to retain and support employees.
2. QUALIFICATIONS OF THE MANAGEMENT TEAM MEMBERS

Describe the qualifications and relevant experience of the superintendent including
demonstrated experience working on projects of similar scope and complexity and
time commitment for this project.
 Describe the qualifications and relevant experience of other key in-house staff and
time commitments for this project.

3.
Identify all current office locations of the assigned staff and any other resident
expertise intended to be provided under this RFP.
PROJECT MANAGEMENT APPROACH
Provide a strategic project approach summary: Include discussion of your firm’s
approach in providing successful Design/Build services based on prior experience in
cost, schedule and quality effectiveness. Specific examples of your products may
be included if they are unique to your firm and your firm’s success.
 Provide a description of construction work Project Management Team has capability
to competitively bid and self-perform, including qualifications to do such. It is the
perception of UCCS that subcontracting construction work is in the State’s best
interest in terms of price competition. UCCS may, at its discretion, limit the types
and amount of work Project Management Team bids and self-performs.

4.
PRIOR PROJECT EXPERIENCE/SUCCESS
Select your three (3) most relevant projects and provide, at a minimum, the following:














The project/contract name
Project location
kW installed
Number of years in production
Production availability in %
Total kWhs delivered since production started
Description of services provided
Overall construction cost of project
Organizational structure of service delivery under the contract (include the owner’s
organization as it interfaced with the respondent’s contract)
Key assigned in-house staff (name and title)
Subcontracts (service) used in the performance of the contract
Schedule history
Reference(s) for Owner and Architect as described in IV.E
Continuing services for operation, maintenance and monitoring
a. Timeliness
In general, Construction Management/General Contracting work is seen as successful if
it is on time, on budget, and of high quality of workmanship. Timeliness is generally
based on completion by the originally scheduled date and is indicated by a Certificate of
Occupancy. Please demonstrate for each of the above projects how timely delivery
occurred.
b. Budget Considerations
Similar to timeliness, being on budget historically means the work was completed within
the originally identified available budget. For purposes of this RFP, the State is also
interested in the respondent’s ability to address and implement the following issues as
well:
1. Initial cost rate for produced kWhs
2. Proposed escalation for costs of produced kWhs
3. The cost of ownership after the seventh (7th) Commercial Operation Year.
4. Certified Renewable Energy Credit assignment
c. Quality
Construction quality has the obvious traditional connotations (workmanlike, in
compliance with the specifications, normal standard of care, etc.). Demonstrate for the
above project examples how a high quality of workmanship was achieved.
d. Services Disruption
Demonstrate how your services on the above project examples dealt with issues of
disruption at existing facilities, etc. if applicable.
e. Project Acceptability
Please discuss how your Design/Build services helped achieve owner satisfaction with
regard to project quality and acceptability on your project examples.
f.
Compliance
Provide information on how compliance with industry standards of care, building codes,
etc. was achieved.
5. MISCELLANEOUS CONSIDERATIONS
a. Claims/Litigation History of Firm
Provide information on any past, current or anticipated claims (i.e., knowledge of
pending claims) on respondent contracts; explain the litigation, the issue, and its
outcome or anticipated outcome.
b. Apprenticeship Training Program
Where an Apprentice Training Program certified by the Office of Apprenticeship located
in the Employment and Training Administration in the United States Department of
Labor exists in the State, or a comparable program for the training of apprentices is
available in the State:
1. Each submitter shall demonstrate access to the certified program or a comparable
alternative (Note that it is the responsibility of the submitter to demonstrate the
comparability of a non-certified program) and,
2. Each submitter’s subcontractor at any tier with a contract value of two hundred fifty
thousand dollars or more shall demonstrate access to the certified program or a
comparable alternative.
c. Other
This category is included for other items provided by the submitter. Inclusions may
include standard firm promotional literature, testimonials, awards, corporate
memberships in professional organizations or sponsorships, additional project/contract
histories, etc, intended to demonstrate why your firm is uniquely qualified for this
project.
IV.
V.
DESIGN/BUILD LUMP SUM (LS) CONTRACT INFORMATION
A.
Carefully review the Contract sample before initiating your response submittal. Any
exceptions to the contract must be communicated formally in accordance with the
written questions as shown in I D. Schedule.
B.
The State reserves the right to make non-material changes to the appended model
agreement, including additions and /or modifications that may be necessary to more
completely describe the services defined or implied herein.
C.
Any and all products, systems, methods, and procedures developed, as a result of this
agreement shall remain the exclusive property of the State.
ADDITIONAL PROVISIONS
A.
B.
C.
D.
E.
F.
G.
H.
I.
The vendor will be the one point of contact for the purchase, installation, maintenance
and financing of the project. The vendor will be responsible to the University for the
vendor’s acts/omissions and those of its subcontractors even after assignment of the
contract to a financing entity, if an assignment occurs.
The university will not indemnify, hold harmless, or make whole any party for any
reason. In particular, if the characterization of the business arrangement changes for
some reason, and that change affects tax-exempt status as may be claimed for income
tax purposes, the vendor will absorb the loss.
Colorado law governs the contract.
There will be no arbitration, mediation or any other alternative dispute resolution
mechanism.
There will be no provision for the winning party in a court action or any other action to
obtain attorney fees or court costs.
The University will pay no taxes of any kind, except for the possible solar energy use
tax as explained below in item #G. In particular, the Colorado personal property tax
due on the solar panels --- which the vendor will own until and unless the University
buys out the vendor --- is the sole responsibility of the vendor to pay and absorb as a
cost of doing business.
The vendor must pay any taxes due on the production and delivery of solar energy to a
particular point and the University will pay any tax levied on the taking or use of solar
energy from a particular point.
The vendor will maintain general liability insurance, auto insurance and workers
compensation insurance and list the University as “additional insured” and “loss payee”,
this later designation pertaining to damage to University property. The University is
self-insured and will not list any party as “additional insured.” See the Design/Build
Lump Sum (LS) Agreement for additional information on insurance requirements.
The University will not lease any space to the vendor for the solar panels nor grant any
easement, whether traditional or solar. The University will sign a document with the
J.
K.
VI.
vendor that describes access issues regarding the real property and the building on
which the solar panels will be placed.
The vendor must provide a cost of ownership after the seventh (7th) Commercial
Operation Year to be included in its bid response --- no “then-current value” language
shall be used.
The vendor will sign the contract before the University signs.
ACKNOWLEDGEMENT AND ATTESTATION FORM
A.
Several versions of the Acknowledgment and Attestation Form are available at the
UCCS Facilities Services web site:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
VII.
B.
Proper completion of the appropriate form is a mandatory requirement for a
respondent to be considered responsive to this RFP Prequalification Submittal.
C.
Qualifications made by a respondent in executing this form may render a submittal nonresponsive as determined by the State.
COST PROPOSAL FORM
A.
A Cost Proposal Form to be utilized to summarize the financial proposal for the services
is available at the web site below. The Cost Proposal Form shall be provided in a
separate sealed envelope to be opened after the evaluation process.
B.
This RFP document, it’s appendices, and any written addenda issued prior to the
submittal of proposals, and written clarifications prior to the interview shall serve as the
only basis for proposals.
C.
The respondent, by submitting this proposal, does hereby accept that minor changes by
the State to the exhibited contract and its exhibits, which do not adversely affect the
respondent, shall not be cause for withdrawal or modification of the amounts submitted
herein. Exceptions to the RFP documents and/or modification of the proposal may
render the proposal non-responsive.
D.
Upon due consideration and review of this document along with its appendices, written
addenda, the respondent does hereby submit the following proposal for a Design/Build
Lump Sum contract, consistent with the schedules provided in the Statement of Work.
Respondents are hereby advised that it is the State’s desire to accelerate design and
construction schedules where reasonably possible, without adverse cost impact.
Respondent should complete the Cost Proposal Form by filling in all blanks on the form located
on the UCCS Facilities web site:
http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html
Download