Professional Documents
Culture Documents
1823-17224
Vendors may download the complete RFP document from the following link:
ftp://gisftp.cookcountyil.gov (user id: publicvendor: password: g!s2010 )
There will be a pre-proposal conference/site inspection on Thursday, May 17, 2018 at 10AM
Location: Oak Forest Campus
15900 S. Cicero, Oak Forest Administration Building, H-Teleconference Room
Oak Forest, IL 60452
___________________________________________________________________________________
1 INTRODUCTION ................................................................................................................................................ 1
1.1 Overview / Objectives .................................................................................................................................. 1
1.2 Cook County Background ............................................................................................................................. 1
1.3 Project Timeline ........................................................................................................................................... 2
1.4 Overview ...................................................................................................................................................... 2
1.5 Definitions .................................................................................................................................................... 3
2 QUALIFICATIONS .............................................................................................................................................. 4
2.1 Qualifications and Experience of the Firm ................................................................................................... 4
2.2 Sample Property Redevelopment Strategic Plan and/or Feasibility Analysis .............................................. 5
2.3 Key Personnel and Organization Chart ........................................................................................................ 5
3 SCOPE ............................................................................................................................................................... 5
3.1 Scope of Services ......................................................................................................................................... 5
3.2 Requirements ............................................................................................................................................... 6
4 SCHEDULE ........................................................................................................................................................ 9
5 INSTRUCTIONS TO PROPOSERS........................................................................................................................ 9
5.1 Instructions .................................................................................................................................................. 9
5.2 Availability of Documents ............................................................................................................................ 9
5.3 Pre-Proposal Conference ............................................................................................................................. 9
5.4 Special Access to the Pre-Proposal Conference......................................................................................... 10
5.5 Clarifications .............................................................................................................................................. 10
5.6 Delivery of Proposal Package ..................................................................................................................... 10
5.7 Uniformity .................................................................................................................................................. 10
5.8 Proposal Material ....................................................................................................................................... 10
5.9 Addenda ..................................................................................................................................................... 10
5.10 Proposer’s Responsibility for Services Proposed ....................................................................................... 11
5.11 Errors and Omissions ................................................................................................................................. 11
5.12 RFP Interpretation...................................................................................................................................... 11
5.13 Confidentiality and Response Cost and Ownership ................................................................................... 11
5.14 Use of Subcontractors ................................................................................................................................ 11
5.15 MBE/WBE Participation Goals ................................................................................................................... 11
5.16 Proposer’s Disclosure and Conflict of Interest........................................................................................... 11
5.17 Cook County RFP Format ........................................................................................................................... 12
RFP No. 1823-17224
5.18 Pricing......................................................................................................................................................... 12
5.19 Period of Firm Proposal ............................................................................................................................. 12
5.20 Awards ....................................................................................................................................................... 12
5.21 Cook County Rights .................................................................................................................................... 12
5.22 Alteration/Modification of Original Documents ........................................................................................ 12
5.23 Recycling .................................................................................................................................................... 12
6 EVALUATION AND SELECTION PROCESS ........................................................................................................ 13
6.1 Responsiveness Review ............................................................................................................................. 13
6.2 Acceptance of Proposals ............................................................................................................................ 13
6.3 Evaluation Process ..................................................................................................................................... 13
6.3.1 Proposer Presentations .................................................................................................................. 13
6.3.2 Right to Inspect .............................................................................................................................. 13
6.3.3 Best and Final Offer........................................................................................................................ 13
6.4 Selection Process ....................................................................................................................................... 13
7 EVALUATION CRITERIA ................................................................................................................................... 14
7.1 Responsiveness of Proposal ....................................................................................................................... 14
7.2 Technical Proposal .................................................................................................................................... 14
7.3 Price Proposal ........................................................................................................................................... 14
8 SUBMISSION OF PROPOSAL ........................................................................................................................... 14
8.1 Instructions for Submission ....................................................................................................................... 14
8.1.1 Number of Copies .......................................................................................................................... 14
8.1.2 Time for Submission ....................................................................................................................... 14
8.1.3 Format ............................................................................................................................................ 15
8.1.4 Complete Submission..................................................................................................................... 15
8.1.5 Packaging and Labeling .................................................................................................................. 15
8.1.6 Timely Delivery of Proposals .......................................................................................................... 15
8.1.7 Late Proposals ................................................................................................................................ 15
8.1.8 Schedule of Revisions to RFP Schedule .......................................................................................... 15
8.2 Submission Requirements ......................................................................................................................... 15
8.2.1 Cover Letter ................................................................................................................................... 15
8.2.2 Executive Summary ........................................................................................................................ 15
8.2.3 Qualifications of the Proposer ....................................................................................................... 15
8.2.4 Proposed Plan of Action, Implementation and Solution ............................................................... 16
RFP No. 1823-17224
1 INTRODUCTION
1.1 Overview / Objectives
The purpose of this Request for Proposals (“RFP”) is to obtain the services of a qualified and experienced
Consultant to provide Property Redevelopment Strategic Planning and Feasibility Analysis Services (“Plan”)
for Cook County’s Oak Forest Campus (“Campus”). The Consultant will develop redevelopment plan
options and a feasibility analysis for the Cook County Department of Real Estate Management (“DREM”)
which: sets out a strategy to preserve flexibility for future County uses and needs (“Core Needs”); identifies
excess real estate available for highest and best use development (“Development”) to enhance the Campus
and provide the County with a source of revenue; sets forth a preliminary plan to meet the County’s goal
of reducing greenhouse gas emissions by 80% by 2050; conduct due diligence regarding prior users,
conditions and approvals that could hamper the Campus redevelopment, including physical limitations
such as environmental contamination; and identifies buildings for demolition. Additionally, as necessary,
the Consultant will provide consulting services to DREM regarding the redevelopment scenarios presented
by the Consultant. The additional services will support the County throughout the process of subsequent
RFP development and negotiations with selected development teams by providing expertise and where
necessary, redevelopment exhibits, as related to the redevelopment plan strategy and implementation.
The additional services shall not exceed 720 hours.
DREM invites the submission of proposals from consulting firms with expertise and experience in property
redevelopment strategic planning and feasibility analysis consulting services similar in scope and scale to
the Scope of Services (“Services”) set forth in this RFP. As such, the Consultant will require expertise in a
wide range of sectors, fields and professional capacities including, but not limited to: highest and best use
analysis; land use planning; scenario analysis; forecasting and suitability analysis; and the fiscal impact and
return on County investment.
The selection of a Consultant pursuant to this RFP will provide the framework for the subsequent selection
of a development team that will carry out the resulting redevelopment plan for the site through a separate
RFP, which will include alternate solicitation documents. Selection pursuant to this RFP will not result in
selection of a future development team. Instead, this RFP is open to development teams that have the
expertise and the experience to provide the Services described herein.
The County intends to award one contract for a period of two years with two, one-year renewal options.
The Consultant should note that the initial task is a six to seven month commitment.
It is a home-rule county pursuant to Article VII, Section 6 of the Illinois State Constitution and is governed
by a 17-member Board of Commissioners who are elected from single-member districts. The
Commissioners as well as the Board President are elected to four-year terms by the citizens of Cook County.
Cook County contains over 128 municipalities including the City of Chicago, which is the County seat where
the central offices of Cook County are located. The City and the surrounding suburban municipalities
account for approximately 85% of Cook County’s 946 square miles while unincorporated areas comprise
the remaining 15%. These unincorporated areas are under the jurisdiction of the Cook County Board of
Commissioners.
Page | 1
RFP No. 1823-17224
As mandated by State law, County government has principal responsibility for the protection of persons
and property, the provision of public health services, and the maintenance of County highways.
1.4 Overview
1.4.1 Cook County Bureau of Asset Management
The Cook County Bureau of Asset Management (“Bureau”) develops and implements the County’s strategic
asset management, preserving the value of capital inventory paid for by the citizens of Cook County,
optimizing facility inventory, and leveraging available assets to spur economic development. The Bureau
oversees the Department of Real Estate Management, Department of Capital Planning and Policy (“DCPP”),
and Facilities Management, with 575 employees and an annual operating budget of approximately $46.7
million.
The REASRP, attached as Appendix 1, provides property conditions, current property utilization and high-
level recommendations to implement organization changes and cost saving initiatives. The REASRP has
yielded a more efficient model for the management and operation of properties. Facility Condition Indexes
provide the base of information needed to develop informed, proactive, and cost-efficient decisions
related to maintenance and capital improvements.
CCHHS is a unit within Cook County government, which is governed by an independent Board of Directors
pursuant to Cook County Code of Ordinance 08-O-35 Chapter 38, Section 3870 adopted 05/20/2008.
CCHHS provides a full continuum of health care services through its seven operating entities referred to as
Page | 2
RFP No. 1823-17224
System Affiliates. System Affiliates provide a broad range of services from specialty and primary care to
emergency, acute, outpatient, rehabilitation and preventative care. Additional information regarding
CCHHS can be found at: http://www.cookcountyhhs.org/
The Cook County REASRP identified the need for likely capital expenditures over a 20-year period of $129M.
In estimating future expenditures for the County, the Department of Capital Planning & Policy annually
develops a Capital Improvement Plan (“CIP”) which sets forth the ten-year plan for the design, construction
and renovation of County buildings and building systems. To further illustrate the scope of repairs needed,
the Campus Facility Condition Assessment Reports (FCAs) are attached as Appendix 4.
1.4.6 Location
Oak Forest is part of the Chicago metropolitan area. It is mostly surrounded by Cook County Forest
Preserves (hence the name). Some neighboring communities of Oak Forest include Crestwood to the
north, Midlothian to the northeast, Markham to the east, Country Club Hills to the southeast, Tinley
Park to the southwest, Orland Park to the west, and beyond Bachelor's Grove Cemetery and Forest
Preserve lies Palos Heights to the northwest.
The property is located at the southeast corner of Cicero Avenue (Illinois Route 50) and 159th Street (US
Route 9), in unincorporated Bremen Township, in Cook County, Illinois. The property abuts the Chicago
Suburb of Oak Forest, and consequently has an Oak Forest mailing address. This location provides excellent
access to interstate highways and is near a commuter railroad station. The city’s government reportedly
looks favorable on annexation of the site.
1.5 Definitions
A. “Activities” are the activities of the Property Redevelopment Strategic Planning and Feasibility
Analysis Services as well as consulting services pertaining to preparation of the documentation,
including redevelopment exhibits, for a subsequent RFP for development selection and
negotiations with development teams.
B. “Agreement” is the Professional Services Agreement between the County and the successful
Proposer and its Sub-consultants that are selected to serve as the Consultant for the Property
Redevelopment Strategic Planning and Feasibility Analysis Services.
C. “Bureau” is the Cook County Bureau of Asset Management.
D. “Campus” is the Oak Forest Campus.
E. “CCHHS” is the Cook County Health and Hospitals Systems.
F. “CIP” is the Capital Improvement Plan which sets forth the ten-year plan for the design,
construction and renovation of County buildings and building systems
G. “CCD” is the Cook County Contract Compliance Director.
Page | 3
RFP No. 1823-17224
H. “Consultant” means the Property Redevelopment Strategic Planning and Feasibility Analysis
Consultant retained by the County for purposes of providing the Services requested.
I. “County” is the County of Cook.
J. “DCPP” is the Cook County Department of Capital Planning & Policy.
K. “DREM or Department” is the Cook County Department of Real Estate Management.
L. “DHSEM” is the Cook County Department of Homeland Security and Emergency Management
M. “Evaluation Committee” or “EC” is the RFP Review and Evaluation Committee which may
include representatives of the Bureau, OCPO, the Department, CCHHS and other County
Departments and which will review and evaluate responsive Proposal(s).
N. “EDS” is Economic Disclosure Statement & Forms which is attached as Appendix XIV.
O. “EOC” is the Emergency Operations Center.
P. “Firms” are the Professional Service Firms, including the Consultant and other firms that are
procured by the County and awarded agreements to provide professional services related to
the Planning Services.
Q. “OCPO” is Office of the Chief Procurement Officer.
R. "OEM” is the Office of Emergency Management
S. “Plan” is the Property Redevelopment Strategic Plan and Feasibility Analysis.
T. “Project(s)” are projects undertaken at the Campus pursuant to the Services.
U. “Project Documents” are prepared by the Consultant including data, studies, drawings,
specifications, CADD files, meeting minutes, schedules, notices, logs, electronic files, videos,
supplemental information and reports, solicitation documentation for the implementation of
the redevelopment plan and any revisions or additions to any of the foregoing prepared or
received by the Consultant, its subcontractors, agents and employees pursuant to the
Agreement.
V. “Proposal” is the document submitted to the County in response to this RFP.
W. “Proposer(s)” means the individuals or business entities submitting a Proposal in response to
this RFP.
X. “RFP” is this Request for Proposals.
Y. “Sub Consultants” means any firms that the Proposer identifies in the Proposal as a Sub
Consultant.
Z. “Tasks” are the Tasks set forth in the Scope of Services.
AA. “Team” includes the Consultant and its Sub Consultant.
BB. “User Agencies” include all County agencies which use the Campus.
2 QUALIFICATIONS
2.1 Qualifications and Experience of the Firm
The ideal Proposer will have seven years of experience providing strategic property redevelopment plans
and/or feasibility analyses for large public-sector organizations of similar size and complexity to the County.
The ideal Proposer will have expertise in managing multiple teams of at least five individuals and
stakeholders on a single project.
Page | 4
RFP No. 1823-17224
The Proposer shall describe its number of years of experience providing strategic property redevelopment
plans and/or feasibility analyses for large public-sector organizations of similar size and complexity to the
County. Information should include development leadership and experience with examples of managing
multiple teams working collaboratively on a single project. Proposer shall provide the size and composition
of teams included in redevelopment projects of similar size and scope as requested herein. Additionally,
the Proposer will include its experience working with key stakeholders on projects, feasibility analysis
experience, team design/planning capabilities and capacity to execute. The Proposer shall provide
examples of all projects of similar scope and magnitude to this RFP that it has completed within the past
seven years.
The Proposer must identify and provide qualifications (resumes) for the key personnel that will be
committed to the project. The Chief Procurement Officer reserves the right to reject any key personnel
proposed if it is determined in the County’s best interest. All key personnel must be committed to the
project without competing priorities. The evaluation of proposals includes the qualifications of the
personnel proposed; therefore, proposers will name key personnel as part of their proposal. This should
include all personnel and reflect their competencies in performing the work requested, (i.e. urban planning
expertise, land use planning expertise, market/feasibility analysis expertise, etc.). Key Personnel must not
be replaced during the project without the approval of the Chief Procurement Officer.
3 SCOPE
3.1 Scope of Services
The REASRP found that the Campus is vastly underutilized; its buildings are expensive to operate and in
need of costly repairs; and that the majority of buildings that were designed for healthcare use do not
reflect current healthcare designs. The REASRP recommended the consolidation of uses and
decommissioning of excess buildings and land.
3.1.1 As a result of the REASRP’s recommendations, this RFP seeks a Consultant to develop a property
redevelopment strategic plan and feasibility analysis, which accomplishes four (4) purposes:
1. Sets out a strategy to preserve flexibility for future County Core Needs;
2. Identifies excess real estate available for development that enhances the Campus, minimizes
costs, integrates environmental sustainability into qualifying projects and provides a source of
revenue (Development); and
3. Identifies buildings for demolition.
4. Sets forth the needs of the users and structures set to remain.
Page | 5
RFP No. 1823-17224
This Plan shall develop principles and identify key strategies that will guide future Campus development
and will include recommendations to present to the County on whether property should be partially
retained or sold, based on fiscal impact, carrying costs and/or redevelopment potential. It will not authorize
any specific capital expenditures. The Consultant will be responsible for producing plans that are consistent
with all local, state and federal requirements. The REASRP will be used as a baseline to the extent feasible.
The analysis must address County owned or controlled assets including property, facilities, roadways,
utilities and other infrastructure, natural resources, and capital equipment as well as future needs of the
user agencies that may remain on the Campus [i.e. DSHEM may have a future need for a Heliport near the
Emergency Operations Center (“EOC”)]. The analysis must also set forth strategies to attract established
companies and foster creation of new companies in emerging business sectors; and attract individuals and
institutional investors to support the growth and development of these companies.
The Consultant must establish indicators to measure progress toward the County’s goal and objectives;
incorporate those goals and objectives into the development of the Plan; implement sustainable suburban
development principles and strategies; and balance financial risk and return among private and public
investors, while generating positive return to the County on its initial investment.
Page | 6
RFP No. 1823-17224
*Confidentiality may be required and process for securitization of confidential information must be detailed.
The Proposer shall also identify information and analysis gaps and outreach to additional organizations for
additional documents and data as may be required to conduct the necessary due diligence and create a
summary of existing conditions.
1. Setting out a strategy to preserve flexibility for future County core uses and needs.
2. Incorporation of the County’s goals and objectives into the development of a Plan.
3. Identification of buildings for demolition.
4. Identification of excess real estate available for highest and best-use development that enhances
the Campus and provides a source of revenue through Market Rate Development.
5. Implementation of sustainable suburban development principles and strategies.
6. Allow for a ≥ 2 Megawatt community solar development.
7. Address the sub-terrain elements of the site including tunnels, foundations and possible existing
burial sites.
8. Conduct due diligence regarding prior users, conditions and approvals that could hamper the
Campus redevelopment, including physical limitations such as environmental contamination.
9. Take into consideration P3/alternative funding structure.
1. Conduct land use analysis to determine highest and best use of the Campus.
2. Preparation of recommendations to present to the County on whether property should be
partially retained or sold, based on fiscal impact, carrying costs and/or redevelopment potential.
3. Identification of the most likely community, economic and sustainable alternative Plan scenarios.
4. Sustainable site planning, urban design and development principles.
Page | 7
RFP No. 1823-17224
5. Identification of key strategies that will guide future development, including capital program
development.
6. Identification of critical short-term programmatic/redevelopment priorities.
7. Establishment of specific priority locations for phases of development.
8. Creation of a top line road map to guide core needs and commercial enhancements.
9. Drafting of viable redevelopment scenarios and site plans.
10. Production of scenarios consistent with all local, state and federal requirements.
11. Addressing County-owned or controlled assets including property, facilities, roadways, utilities
and other infrastructure, natural resources, and capital equipment.
12. Creating development concept plans that integrate public and private components of the project
and financial analysis for the concepts.
1. Building on the suggested redevelopment of the Campus, determining the feasibility based on the
residual land value.
2. Identify the most likely redevelopment scenarios with supporting data for supply/demand trends
and projections based on local and regional marketing conditions.
3. Establish an order of magnitude budget that includes estimated hard and soft costs required to
renovate/demolish existing buildings and/or construct new buildings based on the proposed
redevelopment scenarios.
4. Evaluate the financial component on how the recommendation could be accomplished and
identify possible funding sources.
5. Conduct a community Solar Feasibility Study.
3.2.8 Deliverables
The Proposer shall describe all the deliverables that will be provided to DREM. The County anticipates that
at a minimum, draft and final versions of the redevelopment scenario and feasibility analysis with plan
alternatives will be provided to DREM. The documents should be made available for use in the subsequent
RFP for selection of a development team and will include attachments for said RFP. The County will require
documents such as these to be transferred to DREM via five bound hard copies and five USB electronic
copies prior to project closeout. Electronic copies of the documents shall be in Microsoft Word and PDF
electronic files, and any back-up analytical files in Microsoft Excel or other compatible program. Any
software programs used for market analysis, spatial planning or scenario building should be discussed in
the Consultant’s proposal and will be negotiated with DREM with respect to accessibility and use in plan
updates.
Page | 8
RFP No. 1823-17224
4 SCHEDULE
The County anticipates the following Schedule:
5 INSTRUCTIONS TO PROPOSERS
5.1 Instructions
This RFP provides potential proposers with sufficient information to enable them to prepare and submit
proposals. This RFP also contains the instructions governing the submittal of a proposal and the materials
to be included therein, including the County requirements, which must be met to be eligible for
consideration. All proposals must be complete as to the information requested in this RFP to be considered
responsive and eligible for award. Proposers providing insufficient details will be deemed non-responsive.
The County is not obligated, either to purchase the full services or the products proposed by the proposer,
nor to enter into an agreement with any one proposer.
http://legacy.cookcountygov.com/purchasing/bids/listAllBids.php
Interested Proposers should note that, unless otherwise stated in the bid or RFP documents, there is no
charge or fee to obtain a copy of the bid documents and respond to documents posted for competitive
solicitations. Proposers intending to respond to any posted solicitation are encouraged to visit the web site
above to ensure that they have received a complete and current set of documents. Some procurement
notices may provide a downloadable version of the pertinent documents and any amendments to them,
that will be available to suppliers after they have completed a simple registration process. Additionally,
some notices may permit a supplier to submit a response to a posted requirement in an electronic format.
Any proposers receiving a copy of procurement documents from a bid referral service and/or other third
party are solely responsible for ensuring that they have received all necessary procurement
documentation, including amendments and schedules. The County is not responsible for ensuring that all
or any procurement documentation is received by any proposer that is not appropriately registered with
the County.
Prospective Proposers will respond to the contact person listed on the front cover of the RFP at least one
day prior to the Pre-Proposal Conference to confirm participation and number of representatives attending
the meeting. A maximum of 2 representatives from each firm may attend the pre-proposal conference.
Attendees are encouraged to bring a copy of the RFP to the Pre-Proposal conference.
Page | 9
RFP No. 1823-17224
5.5 Clarifications
Questions regarding this RFP will be submitted in writing to the contact person listed on the cover page of
this RFP no later than Monday, May 21, 2018 at 12 PM.
If using an express delivery service, the package must be delivered to the designated building and office
and not to the County Central Receiving facilities.
5.7 Uniformity
To provide uniformity and to facilitate comparison of Proposals, all information submitted must clearly
refer to the page number, section or other identifying reference in this RFP. All information submitted must
be noted in the same sequence as its appearance in this RFP. The County reserves the right to waive minor
variances or irregularities.
5.9 Addenda
Should any proposer have questions concerning conditions and specifications, or find discrepancies in or
omissions in the specifications, or be in doubt as to their meaning, they should notify the Office of the Chief
Procurement Officer no later than Monday, May 21, 2018 at 12 PM to obtain clarification prior to
submitting a Proposal. Such inquires must reference the proposal due date and the County RFP number.
Any clarification addenda issued to Proposer prior to the Proposal due date shall be made available to all
proposers. Since all addenda become a part of the Proposal, the Addenda Acknowledgement Form (found
in Appendix VIII) must be signed by an authorized Proposer representative and returned with the
Proposal on or before the Proposal opening date. Failure to sign and return any and all addenda
acknowledgements may be grounds for rejection of the Proposal.
Page | 10
RFP No. 1823-17224
Interpretations that change the terms, conditions, or specifications will be made in the form of an
addendum to the solicitation by the County. If issued, the County will post the addenda on the County
website: http://legacy.cookcountygov.com/purchasing/bids/listAllBids.php. In the event there are any
conflicts between the general terms and conditions and any special terms and conditions, the special terms
and conditions shall take precedence.
5.18 Pricing
All price and cost information requested in this solicitation should be provided by the proposer. While price
is a factor in the evaluation of responses received, the relevant importance of price may vary based on the
nature of the purchase and the related significance of other criteria as may be expressed elsewhere in this
solicitation. In evaluating price, the County may consider all cost of ownership factors relevant to
determine the total final cost to the County, including but not limited to: administrative cost of issuing
multiple awards. The County will be the sole determinant of the relevant and appropriate cost factors to
be used in evaluating any Base or Alternate offers and/or Options.
5.20 Awards
The County may, at its discretion evaluate all responsive Proposals. The County reserves the right to make
the award on an all or partial basis or split the award to multiple Proposers based on the lowest responsible
proposers meeting the specifications, terms and conditions. If a split award impacts the outcome of the
project it must be so stated in the proposal.
5.23 Recycling
Packaging which is readily recyclable, made with recyclable materials, and designed to minimize potential
adverse effects on the environment when disposed of by incineration or in a landfill is desired to the extent
possible. Product(s) offered which contain recycled materials may be acceptable provided they meet all
pertinent specifications and performance criteria outlined in this RFP. If the product(s) offered are
Page | 12
RFP No. 1823-17224
manufactured utilizing recycled materials, identify the percentage composition and nature of the recycled
content within.
7 EVALUATION CRITERIA
7.1 Responsiveness of Proposal
Proposer is compliant with all the submission requirements of the RFP.
1. Qualifications and Experience of the Proposer based on its previous performance of property
redevelopment strategic plans and/or feasibility analyses for public sector organizations similar to
the County.
a) Qualifications should include Proposer’s experience with development leadership quality
and experience managing multiple teams working collaboratively on a single project, team
composition and comprehensiveness, team design/planning and feasibility analysis
experience and capacity to execute prior relevant projects (35 points)
b) Samples of complex projects completed in the previous ten years of similar scope and
magnitude (35 points)
2. Sample Property Redevelopment Strategic Plans and/or Feasibility Analyses prepared by the
Proposer (25 points)
3. Overall project approach and methodology which demonstrates the Proposer’s understanding of
the County’s objectives for this project. (50 points)
4. Experience and qualifications of the Key Personnel and organizational staffing plan to accomplish
the County’s objectives for this project. (10 points)
5. Oral Presentation (40 points)
7.3 Price Proposal
Price will be evaluated separately for overall reasonableness. (50 points)
8 SUBMISSION OF PROPOSAL
8.1 Instructions for Submission
8.1.1 Number of Copies
Proposers are required to submit one (1) original and five (5) copies no later than the time and date
indicated in the RFP. The original should be clearly marked “original.” Proposers should also submit six
(6) electronic copies of the proposal on CD/DVD or flash drive.
The pricing proposal must be submitted separately in the form of (1) original hard copy, five (5) hard copies,
and six (6) electronic copies of the pricing proposal on CD/DVD or flash drive. The original pricing proposal
should be clearly marked “original”.
The MBE/WBE Utilization Plan Forms shall be submitted in a separate sealed envelope. The envelope shall
clearly identify the content as “MBE/WBE Utilization Plan Forms”. MBE/WBE Utilization Plan Forms must
be submitted separately in the form of one (1) original and two (2) hard copies. The original MBE/WBE
Utilization Plan Forms should be clearly marked “original” (See Appendix IX MBE/WBE Utilization Plan
Forms).
Page | 14
RFP No. 1823-17224
8.1.3 Format
Proposal should be left-bound with information on one side only. Material should be organized following
the order of the submission requirements separated by labeled tabs. Expensive paper and bindings are
discouraged since no materials will be returned.
Page | 15
RFP No. 1823-17224
project dollar value, address, telephone number and email address. Please provide at least three (3)
references, preferably with municipal government projects. In addition, for each firm included in the
proposal provide at least three (3) references with relevancy to the project scope.
Page | 16
RFP No. 1823-17224
8.2.12 Contract
The Contract is provided for information only. Execution of the Contract is not required at the time the
proposal is submitted. In the event you disagree with the Contract provisions, submit any exceptions to
the standard contract and include the rationale for taking the exception. If you are proposing alternate
language, please include the language for consideration.
8.2.13 Other
Submit any information the Proposer deems pertinent to demonstrate its qualifications to perform the
services being requested such as memberships in any professional associations.
Page | 17
RFP No. 1823-17224
Proposers are required to submit the pricing proposal in a separate envelope from the technical proposal.
The pricing proposal must be submitted in form of hard copy and electronic format.
All costs associated with the proposed solution must be itemized and submitted in Excel format. Please utilize
the Excel file attached with this solicitation for submitting a Pricing Proposal. PDF files will not be accepted.
Proposers shall utilize their company’s independent certified overhead rate. Cook County will assume zero ($0)
cost on blank cells. Note that this Excel spreadsheet includes six separate sections: two sections for the initial
services outlined in this RFP with breakdowns for Consultant and Subcontractor; two sections for the
“Additional Consulting Services” with breakdowns for Consultant and Subcontractor; and an Overall Cost Sheet
for the Consultant and Subcontractor, which provides the total project cost. When the pricing proposal is
complete, Proposer must validate the final Total Cost. It is the responsibility of Proposers to contact the Office
of the Chief Procurement Officer in a timely manner if formula/cell errors are found. If the Consultant fails to
complete and follow these guidelines, the proposal may be disqualified.
Invoices will be submitted to Cook County on a monthly basis. The invoices must include complete information
of all costs incurred for review and audit by the County.
RFP No. 1823-17224