You are on page 1of 35

RFP No.

1823-17224

COOK COUNTY GOVERNMENT


Office of the Chief Procurement Officer

Request for Proposals


No. 1823-17224
for

Property Redevelopment Strategic Planning and Feasibility


Analysis Consultant Services

Vendors may download the complete RFP document from the following link:
ftp://gisftp.cookcountyil.gov (user id: publicvendor: password: g!s2010 )

Proposals must be delivered to:


Office of the Chief Procurement Officer
118 N. Clark Street, Room 1018 Chicago, IL 60602
Attention: Shannon E. Andrews, Chief Procurement Officer
Proposals are due no later than 3PM on June 20, 2018

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

Questions regarding the RFP should be directed to:


Edmund Rendon, Sr. Contract Negotiator, at (312) 603-6824
E-MAIL: EDMUND.RENDON@COOKCOUNTYIL.GOV
___________________________________________________________________________________

Toni Preckwinkle Shannon E. Andrews


Cook County Board President Chief Procurement Officer
RFP No. 1823-17224

___________________________________________________________________________________

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

8.2.5 Key Personnel................................................................................................................................. 16


8.2.6 Subcontracting or Teaming ............................................................................................................ 16
8.2.7 MBE/WBE Participation ................................................................................................................. 16
8.2.8 Financial Status .............................................................................................................................. 16
8.2.9 Legal Actions .................................................................................................................................. 16
8.2.10 Conflict of Interest ......................................................................................................................... 16
8.2.11 Economic Disclosure Statement .................................................................................................... 17
8.2.12 Contract.......................................................................................................................................... 17
8.2.13 Other .............................................................................................................................................. 17

Appendix I Cook County Real Estate Asset Strategic Realignment Plan


Appendix II Oak Forest Campus Map and a Campus Zoning Map
Appendix III Oak Forest Surveys
Appendix IV Oak Forest Campus Facility Condition Assessment Reports
Appendix V Oak Forest Heritage Preserve Exec. Summary
Appendix VI Pricing Proposal Form
Appendix VII Cook County Contract Agreement
Appendix VIII Addendum Acknowledgement Form
Appendix IX MBE/WBE Utilization Plan Forms
Appendix X Identification of Subcontractor/Supplier/Subconsultant Form
Appendix XI Certification for Consulting or Auditing Services
Appendix XII Electronic Payables Program
Appendix XIII Insurance Requirements
Appendix XIV Cook County Economic Disclosure Forms
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.

1.2 Cook County Background


Cook County is an urban county located in the upper northeastern section of the State of Illinois that
contains more than 800 local governmental units within its boundaries. With a population of approximately
5.2 million people, it is the second most populous county in the nation (2010 US Census) and the 19th
largest government in the United States.

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.

1.3 Project Timeline


As noted previously, the initial task is a six to seven month commitment. The Services requested here are
considered as the baseline planning and strategic development work to establish a strong foundation for a
campus redevelopment project. DREM anticipates that the redevelopment process will require multiple
years and will involve other consultants and professional services, which will be the subject of additional
procurement requests to be made in 2018 and beyond. As necessary, the Consultant 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.

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.

1.4.2 Department of Real Estate Management


Within the Bureau, DREM is charged by ordinance with managing approximately 19 million square feet of
real estate owned and leased by Cook County; making recommendations for sale, purchase or lease of real
estate; and maintaining an inventory of assets to ensure that appropriate facilities are available for County
departments and elected officials to efficiently provide public services and carry out their operations.

1.4.3 Real Estate Asset Strategic Realignment Plan


Under the leadership of County Board President Toni Preckwinkle, DREM has adopted a proactive and
creative approach to the County’s real estate portfolio. In 2014, DREM led the first ever Cook County Real
Estate Asset Strategic Realignment Plan (“REASRP”) which culminated from a collaboration among
departments and elected officials to identify solutions for the more efficient use of properties. As a result,
DREM undertakes campus redevelopments that enhance the County’s health and hospital, public safety
and administrative functions.

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.

1.4.4 Cook County Health and Hospital Systems


The Cook County Health and Hospitals System (“CCHHS”) delivers integrated health services with dignity
and respect regardless of a patient’s ability to pay; fosters partnerships with other health providers and
communities to enhance the health of the public; and advocates for policies which promote and protect
the physical, mental and social well-being of the people of Cook County and surrounding communities.

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/

1.4.5 Oak Forest Campus


The Campus is CCHHS’ largest campus, with 53 buildings and 1.1 million gross square feet across 153 acres.
A Campus Map and a Campus Zoning Map are attached as Appendix 2. The Campus includes an extensive
underground tunnel system connecting various buildings. Current County users include CCHHS, Cook
County Bureau of Technology, Cook County Department of Public Health, Cook County Department of
Homeland Security and Emergency Management (“DHSEM”), Cook County Sheriff’s Office, and Cook
County Works. Additionally, a Catholic Chapel exists on the grounds, which is serviced by a member of the
St. Roch Friary. The land comprising the campus is detailed as Appendix 3.

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.

2.2 Sample Property Redevelopment Strategic Plan and/or Feasibility Analysis


The Proposer shall include a sample property redevelopment plan and/or feasibility analysis from among
any projects the Proposer identifies in reference to Section 2.1. The sample plan/feasibility analysis should
be comprehensive in nature, considering all elements of the strategy involved and provide a detailed
analysis of the project as well as demonstrate the team’s capacity to execute desired results that are
consistent with the owner’s objectives. The information shall include detailed redevelopment plans for
similar projects with mapping diagrams, development options and final development if applicable. This
information is intended to help the County understand the Proposer’s experience and the sample plan it
completed.

2.3 Key Personnel


Proposer’s key personnel should have the following experience and expertise: Urban/Land Use Planning,
Strategic Redevelopment Planning, Feasibility/Market Analysis, Environmental Sustainability Planning, and
Community Outreach to Stakeholders.

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.

3.1.2 Additional Consulting Services

1. As necessary, provide consulting services regarding the redevelopment scenarios presented by


the Consultant in preparation of an RFP for development selection.
2. Assist DREM staff with reviewing Requests for Proposals that may be issued by the County, as well
as provide support in negotiating development contracts for specific plans.
3. Provide ongoing expertise, advice and analysis on redevelopment questions and issues that arise.
4. Provide assistance as requested to assess and make recommendations concerning the County’s
position and negotiations with potential development partners.

3.2 Project Approach and Methodology


The Proposer shall describe its approach and methodology for performing the following requirements and
how these will be incorporated into the property redevelopment Strategic Planning and Feasibility analysis
services for the Campus:

3.2.1 Review of Available Documents and Data


The Proposer shall describe its approach for reviewing documents and data including, but not limited to
those identified below which are included in Appendices 1-5, and how these will be utilized to provide the
overall Plan:

1. REASRP as it pertains to Oak Forest.


2. Facility conditions assessment for all County owned structures on the Campus.
3. Documents related to County owned or controlled assets including property, facilities, roadways,
utilities and other infrastructure, natural resources, and capital equipment.
4. Documents pertaining to DHSEM remaining on site. *
5. Cook County Forest Preserve District’s Oak Forest Heritage Preserve Master Plan and Vision and
any other plans for the area including the Forest Preserve District’s desire to maintain the existing
Oak Savannah portion of the Campus as well as desire to provide greater access/exposure to their
Heritage Preserve.
6. Local ordinances and plans for adjacent sites.
7. Cook County Zoning Ordinance to determine current requirements for the Campus.
8. Cook County’s Long-Range Transportation Plan, Partnering for Prosperity: An Economic
Development Action Agenda, Planning for Progress, Planning for Growth and Jobs in Cook County

Page | 6
RFP No. 1823-17224

South Suburbs Phase 1 on the county website:


https://www.cookcountyil.gov/service/connecting-cook-county-long-range-transportation-plan

*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.

3.2.2 Market Analysis / Economic Impact Study


As part of its Plan, the Proposer shall describe its approach for performing a market analysis and economic
impact study. The goal of this analysis is to consider all factors affecting marketability of the property and
what the economic impact will be on the immediate and surrounding area. This should include costs and
financing recommendations, including private investment, social impact investment and grant funding.
Additionally, the analysis should consider the County’s goal of 80% greenhouse gas emission by 2050 and
potential for qualifying environmental sustainability projects.

3.2.3 Community Engagement


The Proposer shall describe its approach for engaging the community as part of the development of its
Plan. Community Engagement should include coordination with the community, stakeholders, institutions,
and affected Cook County Commissioners. The Consultant shall conduct a “charrette” style workshop.
Elements of involvement to consider include conducting focus groups and establishing goals of conceptual
plans for redevelopment as well as consideration of environmentally sustainable projects and renewable
energy sources.

3.2.4 Plan Goals / Objectives


The Proposer shall describe how it will address the following goals / objectives in its Plan:

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.

3.2.5 Redevelopment Plan Alternatives


The Proposer shall identify redevelopment plan alternatives and the approach it will utilize to develop the
resultant redevelopment plan alternatives presented. This may include but is not limited to the following:

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.

3.2.6 Feasibility Analysis


The Proposer shall describe its approach in developing a Feasibility Analysis which addresses the following:

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.

3.2.7 Plan Modifications


The Proposer shall describe its approach to work with the County to modify the Strategic Redevelopment
Plan based upon the results of the Market Analysis and Feasibility Analysis.

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.

3.3 Oral Presentation


The Proposer shall prepare an oral presentation of their project approach, methodology and resulting
proposed strategic redevelopment plan alternatives, which shall include a power point presentation with
detailed exhibits. The presentation should demonstrate how the team dynamics will; provide a unique
team approach that integrates technical, creative and financial appropriateness, clearly define a
community outreach approach with examples of past efforts and illustrate effective delivery of the
methodology chosen. The Proposer should be prepared to participate in a question and answer session
following their presentation. The oral presentation should not exceed two hours.

Page | 8
RFP No. 1823-17224

4 SCHEDULE
The County anticipates the following Schedule:

RFP posted to the County May 10, 2018


website
Pre-Proposal Conference May 17, 2018
Proposer Inquiry Deadline May 21, 2018
Proposal Due Date June 20 2018
Evaluation of Proposals July/August 2018

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.

5.2 Availability of Documents


The County will publish their competitive bid, RFP, and other procurement notices, as well as award
information, at:

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.

5.3 Pre-Proposal Conference


The County will hold a Pre-Proposal Conference and Site Inspection on the date, time and location indicated
below. Representatives of the County will be present to answer any questions regarding the services
requested or proposal procedures. Attendance at the Pre-Proposal Conference and Site Inspection is not
mandatory.

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

Date: May 17, 2018


Time: 10:00 AM Local Time
Location: Oak Forest Campus,
15900 S. Cicero Avenue, Oak Forest Administration Building, H-Teleconference Room
Oak Forest, IL 60452

5.4 Special Access to the Pre-Proposal Conference


If special accommodations are required for Proposer to attend the Pre-Proposal Conference or the
proposal opening, contact the contact person listed on the cover page of this RFP via email or by phone no
later than three (3) days before the event.

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.

5.6 Delivery of Proposal Package


The Proposal and the Pricing Proposal will be delivered either by hand or sent to the County, Office of the
Chief Procurement Officer through U.S. Mail or other available courier services to the address shown on
the cover page of this RFP. Include the RFP number on any package delivered or sent to the County Office
of the Chief Procurement Officer and on any correspondence related to this RFP or the Proposal. The
Proposer remains responsible for insuring that its Proposal is received at the time, date, place, and office
specified. The County assumes no responsibility for any Proposal not so received, regardless of whether
the delay is caused by the U.S. Postal Service, any other carrier, or some other act or circumstance.
Proposals received after the time specified will not be considered.

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.

5.8 Proposal Material


The Proposal material submitted in response to the RFP becomes the property of the County upon delivery
to the Office of the Chief Procurement Officer and will be part of any contract formal document for the
goods or services which are the subject of this RFP.

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.

5.10 Proposer’s Responsibility for Services Proposed


The Proposer must thoroughly examine and will be held to have thoroughly examined and read the entire
RFP document. Failure of Proposers to fully acquaint themselves with existing conditions or the amount of
work involved will not be a basis for requesting extra compensation after the award of a Contract.

5.11 Errors and Omissions


The Proposer is expected to comply with the true intent of this RFP taken as a whole and shall not avail
itself of any error or omission to the detriment of the services or the County. Should the Proposer suspect
any error, omission, or discrepancy in the specifications or instructions, the Proposer shall immediately
notify the County in writing, and the County will issue written corrections or clarifications. The Proposer is
responsible for the contents of its Proposals and for satisfying the requirements set forth in the RFP.
Proposer will not be allowed to benefit from errors in the document that could have been reasonably
discovered by the Proposer in the process of putting the proposal together.

5.12 RFP Interpretation


Interpretation of the wording of this document shall be the responsibility of the County and that
interpretation shall be final.

5.13 Confidentiality and Response Cost and Ownership


From the date of issuance of the RFP until the due date, the Proposer must not make available or discuss
its Proposal, or any part thereof, with any employee or agent of the County. The Proposer is hereby warned
that any part of its Proposal or any other material marked as confidential, proprietary, or trade secret, can
only be protected to the extent permitted by Illinois Statutes.

5.14 Use of Subcontractors


The Proposer’s response must include a description of which portion(s) of the work will be subcontracted
out, the names and addresses of potential Subcontractors and the expected amount of money each will
receive under the Contract. The County reserves the right to accept or reject any subcontractor if in the
County’s sole opinion, it is in the best interest of the County.

5.15 MBE/WBE Participation Goals


Consistent with Cook County, Illinois Code of Ordinances (Article IV, Section 34-267 through 272), the
County has established a goal that MBE/WBE firms retained as subcontractors receive a minimum of 35%
of the overall estimated expenditures for this procurement. In an effort to continue to promote and expand
the participation of certified MBE/WBE firms, the proposer shall make good faith efforts to utilize
MBE/WBE certified firms as subcontractors. In its response, a proposer shall state the name(s) of the
minority and women subcontractor(s) and the level of participation proposed for each firm to be awarded
a subcontract, and submit the MBW/WBE Utilization Plan Forms (included in this RFP in Appendix IX) in a
separate envelope (see Section 8.1.1 Number of Copies).

5.16 Proposer’s Disclosure and Conflict of Interest


The Proposer must complete and return the enclosed "Economic Disclosure Statement & Forms" along
with their proposal. In the event that further clarification is required on any of the information provided,
the County reserves the right to make any necessary inquiry with a proposer for such purpose. Such inquiry,
if made, may include a deadline by which time any necessary clarifying information must be submitted.
Page | 11
RFP No. 1823-17224

5.17 Cook County RFP Format


All proposers will use this solicitation format for submitting their proposal. Variations or exceptions from
the specifications and general conditions should be submitted in writing. Such variations or exceptions may
be considered in evaluating the offers received. Any exception taken must be noted in the space provided
within this solicitation. Failure to comply with this requirement may cause a proposer’s proposal to be
considered "nonresponsive."

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.

5.19 Period of Firm Proposal


Prices for the proposed service must be kept firm for at least one hundred and twenty (120) days after the
last time specified for submission of Proposals. Firm Proposals for periods of less than this number of days
may be considered non-responsive. The Proposer may specify a longer period of firm price than indicated
here. If no period is indicated by the Proposer in the Proposal, the price will be firm until written notice to
the contrary is received from the Proposer, unless otherwise specified in this RFP.

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.

5.21 Cook County Rights


The County reserves the right to reject any and all offers, to waive any informality in the offers and, unless
otherwise specified by the Proposer, to accept any item in the offer. The County also reserves the right to
accept or reject all or part of your Proposal, in any combination that is economically advantageous to the
County.

5.22 Alteration/Modification of Original Documents


The Proposer certifies that no alterations or modifications have been made to the original content of this
Bid/RFP or other procurement documents (either text or graphics and whether transmitted electronically
or hard copy in preparing this proposal). Any alternates or exceptions (whether to products, services,
terms, conditions, or other procurement document subject matter) are apparent and clearly noted in the
offered proposal. Proposer understands that failure to comply with this requirement may result in the
proposal being disqualified and, if determined to be a deliberate attempt to misrepresent the proposal,
may be considered as sufficient basis to suspend or debar the submitting party from future County Bid and
RFP procurement opportunities.

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.

6 EVALUATION AND SELECTION PROCESS


6.1 Responsiveness Review
County personnel will review all proposals to ascertain that they are responsive to all submission
requirements.

6.2 Acceptance of Proposals


Chief Procurement Officer reserves the right to reject any or all Proposals or any part thereof, to waive
informalities, and to accept the Proposal deemed most favorable to the County.

6.3 Evaluation Process


An evaluation committee comprised of the County personnel will evaluate all responsive proposals in
accordance with the evaluation criteria detailed below.

6.3.1 Proposer Presentations


The County reserves the right to, but is not obligated to, request and require that each Proposer
provide a formal presentation of its Proposal at a date and time to be determined. If required by
the County, it is anticipated that such presentation will not exceed two (2) hours and include a
demonstration of prior redevelopment plans and feasibility analyses completed by the Proposer,
and a projected timeline for the proposed project along with all materials submitted by the
proposer. No Proposer will be entitled to present during, or otherwise receive any information
regarding, any presentation of any other Proposer.

6.3.2 Right to Inspect


The County reserves the right to inspect and investigate thoroughly the establishment, facilities,
equipment, business reputation, and other qualification of the Proposer and any proposed
subcontractors and to reject any Proposal regardless of price if it shall be administratively
determined that in the County’s sole discretion the Proposer is deficient in any of the essentials
necessary to assure acceptable standards of performance. The County reserves the right to continue
this inspection procedure throughout the life of the Contract that may arise from this RFP.

6.3.3 Best and Final Offer


The County reserves the right to request a Best and Final Offer from finalist Proposer(s), if it deems
such an approach necessary. In general, the Best and Final Offer will consist of updated costs as well
as answers to specific questions that were identified during the evaluation of Proposals.
If the County chooses to invoke this option, Proposals will be re-evaluated by incorporating the
information requested in the Best and Final Offer document, including costs, and answers to specific
questions presented in the document. The specific format for the Best and Final Offer would be
determined during evaluation discussions. Turnaround time for responding to a Best and Final
Offers document is usually brief (i.e., five (5) business days).

6.4 Selection Process


Upon review of all information provided by shortlisted proposers, the evaluation committee will make a
recommendation for selection to the Chief Procurement Officer for concurrence and submission to the
County elected officials. The County reserves the right to check references on any projects performed by
the proposer whether provided by the proposer or known by the County. The selected proposal will be
submitted for approval to the County Board. The County intends to select a proposal that best meets the
needs of the County and provides the best overall value. Upon approval of the selected Proposer, a contract
will be prepared by the County and presented to the Selected Proposer for signature.
Page | 13
RFP No. 1823-17224

7 EVALUATION CRITERIA
7.1 Responsiveness of Proposal
Proposer is compliant with all the submission requirements of the RFP.

7.2 Technical Proposal


Proposals will be reviewed and selected based on the following criteria:

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).

8.1.2 Time for Submission


Proposals shall be submitted no later than the date and time indicated for submission in this RFP. Late
submittals may not be considered.

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.

8.1.4 Complete Submission


Proposers are advised to carefully review all the requirements and submit all documents and information
as indicated in this RFP. Incomplete proposals may lead to a proposal being deemed non responsive. Non
responsive proposals will not be considered.

8.1.5 Packaging and Labeling


The outside wrapping/envelope shall clearly indicate the RFP Title and date and time for submission. It
shall also indicate the name of the proposer. The Price Proposal shall be submitted in a separate sealed
envelope. The envelope shall clearly identify the content as “Price Proposal”. All other submission
requirements shall be included with the Technical Proposal.

8.1.6 Timely Delivery of Proposals


The Proposal, including the Technical Proposal and the Pricing Proposal must be either delivered by hand
or sent to Cook County, Office of the Chief Procurement Officer through U.S. Mail or other available courier
services to the address shown on the cover sheet of this RFP. Include the RFP number on any package
delivered or sent to the County, Office of the Chief Procurement Officer and on any correspondence related
to the Proposal. If using an express delivery service, the package must be delivered to the designated
building and office. Packages delivered by express mail services to other locations might not be re-
delivered in time to be considered.

8.1.7 Late Proposals


The proposer remains responsible for ensuring that its Proposal is received at the time, date, place, and
office specified. The County assumes no responsibility for any Proposal not so received, regardless of
whether the delay is caused by the U.S. Postal Service, the County Postal Delivery System, or some other
act or circumstance.

8.1.8 Schedule of Revisions to RFP Schedule


Should the Proposer consider that changes in the County’s RFP schedule are required; the Proposer shall
submit a revised summary schedule with an explanation for the revision for the County’s review. The
County will be under no obligation to accept revised schedules.

8.2 Submission Requirements


8.2.1 Cover Letter
The cover letter shall be signed by an authorized representative of the Proposer. The letter shall indicate
the Proposer’s commitment to provide the services proposed at the price and schedule proposed.

8.2.2 Executive Summary


The executive summary should include a brief overview of the Proposer’s Services and the key personnel
who will be responsible for the services to be provided. The Summary shall also identify the members of
the team that comprise the Proposer. Indicate the organizational relationship of the team members and
include an organization chart for the project.

8.2.3 Qualifications of the Proposer


Include a brief description of the organization’s track record, including history, number of employees,
number of years in business, and a list of projects relevant to this RFP. Provide a list of references where
relevant projects were implemented. Include the name of the contact person, name of the organization,

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.

8.2.4 Proposed Plan of Action, Implementation and Solution


Provide a detailed proposed plan of action indicating how all requirements will be met and the
methodology proposed recommendations and implementation plan to successfully meet the goals of the
County. In addition, the proposed plan of action shall include key milestones, staff & schedule, and ability
to deliver value with a solution evidenced by cost savings.

8.2.5 Key Personnel


Provide a chronological resume for each of the key personnel proposed. Each key personnel shall have
three (3) references. In addition, provide the time commitment for each key personnel. Indicate the level
of their commitment to other projects if any.

8.2.6 Subcontracting or Teaming


The proposer may be comprised of one (1) or more firms as to assure the overall success of the project.
The firm shall identify each team member and specify their role. The Chief Procurement Officer reserves
the right to accept or reject any of the team members if in the Chief Procurement Officer’s sole opinion
replacement of the team member, based on skills and knowledge, is in the best interest of the County.
Completion of Appendix X Identification of Subcontractor/Supplier/Sub consultant Form is a requirement
for proposal submission.

8.2.7 MBE/WBE Participation


For each MBE/WBE certified firm proposed, provide the name of the MBE/WBE firm(s), level of
participation, the role that the subcontractor(s) will perform, the type of services that it will provide, and
a brief background and resumes of proposed personnel proposed and submit the MBE/WBE Utilization
Plan Forms (see Appendix IX). The County may only award a contract to a responsible and responsive
proposer. In the event that the proposer does not meet the MBE/WBE participation goal stated by the
County for this procurement, the proposer must nonetheless demonstrate that it undertook good faith
efforts to satisfy the participation goal. Evidence of such efforts may include, but shall not be limited to,
documentation demonstrating that the proposer made attempts to identify, contact, and solicit viable
MBE/WBE firms for the services required, that certain MBE/WBE firms did not respond or declined to
submit proposals for the work, or any other documentation that helps demonstrate good faith
efforts. Failure by the proposer to provide the required documentation or otherwise demonstrate good
faith efforts will be taken into consideration by the County in its evaluation of the proposer’s responsibility
and responsiveness.

8.2.8 Financial Status


Provide the audited financial statements for the last three fiscal years. Include the letter of opinion,
balance sheet, schedules, and related auditor’s notes.

8.2.9 Legal Actions


Provide a list of any pending litigation in which the proposer may experience significant financial settlement
and include a brief description of the reason for legal action.

8.2.10 Conflict of Interest


Provide information regarding any real or potential conflict of interest. Failure to address any potential
conflict of interest upfront may be cause for rejection of the proposal.

Page | 16
RFP No. 1823-17224

8.2.11 Economic Disclosure Statement


Execute and submit the Economic Disclosure Statement (“EDS”). In the event any further clarification is
required on any of the information provided, the County reserves the right to make any necessary
communication with the Proposer for such purpose. Such communication, if made, may include a deadline
by which time any necessary clarifying information must be submitted.

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

Appendix I Cook County Real Estate Asset Strategic Realignment Plan


RFP No. 1823-17224

Appendix II Oak Forest Campus Map and a Campus Zoning Map


RFP No. 1823-17224

Appendix III Oak Forest Surveys


RFP No. 1823-17224

Appendix IV Oak Forest Campus Facility Condition Assessment Reports


RFP No. 1823-17224

Appendix V Oak Forest Heritage Preserve Exec. Summary


RFP No. 1823-17224

Appendix VI Pricing Proposal Form

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

Appendix VII Cook County Contract Agreement


RFP No. 1823-17224

Appendix VIII Addendum Acknowledgement Form


RFP No. 1823-17224

Appendix IX MBE/WBE Utilization Plan Forms


RFP No. 1823-17224

Appendix X Identification of Subcontractor/Supplier/Subconsultant Form


RFP No. 1823-17224

Appendix XI Certificate for Consulting or Auditing Services


RFP No. 1823-17224

Appendix XII Electronic Payables Program


RFP No. 1823-17224

Appendix XIII Insurance Requirements


RFP No. 1823-17224

Appendix XIV Cook County Economic Disclosure Forms

You might also like