GILLSON PARK BEACH HOUSE AND PARKING LOT CONSTRUCTION MANAGEMENT SERVICES

Similar documents
REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

SECOND REQUEST FOR PROPOSALS. for

Request for Qualifications

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Londonderry Finance Department

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

REQUEST FOR PROPOSALS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

January 19, To Whom It May Concern:

SCHOOL BOARD ACTION REPORT

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

Architectural Services

Redevelopment Authority of Allegheny County

Knights Ferry Elementary School District

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR QUALIFICATIONS DOWNTOWN WAYFINDING CONSULTING AND DESIGN

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

Design Build Services Lake Shawnee Junior Pond Improvements

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

Request for Proposals

Request for Proposals (RFP) to Provide Auditing Services

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSAL

City of Malibu Request for Proposal

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Request for Qualifications Construction Manager

Request for Proposal. Housing Opportunity Program Development Services

West Central Texas Municipal Water District REQUEST FOR PROPOSALS TO CONDUCT AN INDEPENDENT MANAGEMENT AUDIT

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR QUALIFICATIONS AND PROPOSALS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Pierce County Community Connections

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES ENGINEERING EDUCATION AND DESIGN CENTER. September 21, 2017

REQUEST FOR PROPOSAL (RFP) Posey County Long Range Transportation Plan

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

ARCHITECTURAL SERVICES COLLEGEWIDE

REQUEST FOR PROPOSALS Memorial Arena Concession

CRAWFORD MEMORIAL PARK

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

COUNTY OF CASS REQUEST FOR PROPOSAL POSTAGE MACHINE/MAILING SYSTEM AND SUPPORTIVE SERVICES

REQUEST FOR QUALIFICATIONS

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

REQUEST FOR QUALIFICATIONS

Galesburg Public Library, Galesburg, IL

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Dakota County Technical College. Pod 6 AHU Replacement

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

INVITATION TO BID (Request for Proposal)

ADVERTISEMENT FOR THE CITY OF WAUPACA REQUEST FOR PROPASAL (RFP) RETAIL MARKET ANALYSIS AND DEVELOPMENT PLAN

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Transcription:

WILMETTE PARK DISTRICT REQUEST FOR QUALIFICATIONS PROPOSAL GILLSON PARK BEACH HOUSE AND PARKING LOT CONSTRUCTION MANAGEMENT SERVICES Wilmette Park District 3555 Lake Avenue Wilmette, Illinois 60091-1016 Phone (847) 256-9639 Fax (847) 256-8912 Bill Lambrecht Superintendent of Parks and Planning RFQ - 17-001

WILMETTE PARK DISTRICT REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES INDEX Page Index 2 Introduction 3 Project Summary 4 I. Project Description 4 II. Scope of Services 5 III. Evaluation of Submissions and Selection Procedure 5 IV. Review of Request and Site Visits 6 V. Statement of Qualifications Submittal Documentation 7 Requirements and Format VI. Attachments 8 Schedule A General Evaluation Criteria 9 Schedule B - Request Time Line 11 Schedule C - Firm Profile Form 12 Schedule D - Basis for Developing Fees 17 Schedule E - Site Information 19 Aerial Photo - Gillson Park 20 Site Plan Gillson Park 21

Lakefront Master Plan Construction Management Page 3 WILMETTE PARK DISTRICT REQUEST FOR QUALIFICATIONS FOR GILLSON PARK BEACH HOUSE AND PARKING LOT CONSTRUCTION MANAGEMENT SERVICES The Wilmette Park District ("Park District") is seeking Statements of Qualifications from interested Construction Management firms that are capable of providing professional services in connection with construction of the projects including replacement of the Gillson Park beach house and associated parking lot. Gillson Park which is a 59 acre site located at Michigan Avenue and Sheridan Roads. Interested firms are asked to submit twelve (12) bound copies and one unbound copy of their Statement of Qualifications by 3:30 p.m. (CST) Thursday, February 2, 2017 to Bill Lambrecht, Superintendent of Parks and Planning, 3555 Lake Avenue, Wilmette, IL 60091. The Park District is not responsible for delays by the U.S. Postal Service, other delivery companies or any other delivery means selected by the respondents. The Park District will not open any written inquiries or submissions received after 3:30 p.m. on February 2, 2017. Late inquiries will be returned to the sender unopened. Submittals will be reviewed by a committee followed by presentations and interviews of selected firms if needed. The Lakefront Committee of the Park Board will decide which firms to interview. The Lakefront Committee of the Park Board will then conduct interviews. Final selection will take place after that stage and all interviews are complete. Negotiations will be conducted and a contract will be finalized with the selected firm. After a contract is awarded, a letter will be sent to all firms who presented. The contract cannot be finalized until a Certificate of Insurance is received from the selected firm. Any further information or explanations or interpretations of the information in this package must be submitted in writing at least seventy-two (72) hours (excluding holidays and weekends) prior to the time set for the presentations. Fax or e-mail all questions to Bill Lambrecht (fax and e-mail information listed below). The only official position of the Park District will be that which is stated in writing. No other means of communication, whether written or oral, shall be construed as a formal or official response statement. Wherever requested throughout this document, a company representative who is authorized to bind the firm will sign on behalf of the company to indicate to the Park District that you have read, understand and will comply with the Instructions and all Terms and Conditions attached within this document. The Wilmette Park District reserves the right to reject any or all responses, and to accept in whole or in part, the response, which, in the judgment of the Park District is the most responsive and inclusive submittal. Bill Lambrecht Superintendent of Parks and Planning Phone: 847-256-9639 Mobile: 847-980-4131 Fax: 847-256-8912 E-mail: blambrecht@wilpark.org

Lakefront Master Plan Construction Management Page 4 PROJECT SUMMARY The Park District has determined after conducting a community wide survey that they are focusing improvements to the lakefront to two phases. The first phase to be completed is replacement of the beach house built in 1971 at Gillson Park and reconstruction of the adjoining parking lot. Gillson Park was originally constructed in the early 1900 s. Much of the site was developed as a result of landfill from the construction of the North Shore Channel of the Chicago River. The property was deeded to the Wilmette Park District by the State of Illinois. The site is heavily used during warm weather periods, but is open throughout the year. The site includes Wilmette Beach, swimming and land based sailing operation; Wallace Bowl (outdoor amphitheater) outdoor tennis and Lakeview Center which are operated by the Wilmette Park District. Also located in the Park are the Wilmette Coast Guard Station, Wilmette Harbor and Sheridan Shores Yacht Club. The Park District has determined that the time has come to complete the work associated with these amenities. The work included deals with the current and future needs of Wilmette s most precious resources. The work Park Board has yet to determine how to finance the project. The current hope is to complete it using funds derived from its Capital Plan Fund. The Park Board recently selected the firm of Woodhouse-Tinucci to take the lead in the design of the new facility. They will be using Gewalt Hamilton for civil engineering work and other consultants for mechanical systems, structural, landscaping and others as they may see the need for including. The Construction manager will provide preconstruction services including estimating construction costs and assist with value engineering as the designs progress. They will also develop schedules and scopes of work for each trade work with the Park District to manage the bidding process including distribution of plans and specifications. They will also produce contracts (base contract provided by the Park District) for each trade and contractor involved with the work. The earliest construction would begin would be in August 2018. Wilmette is a suburb north of Chicago situated on the western shore of Lake Michigan. The population is currently approximately 27,651 (2000 Census Data). The community is almost completely residential property with numerous business districts located at various parts of the community. The Wilmette Park District owns/leases and maintains approximately 323 acres of park land. I. PROJECT DESCRIPTION The Wilmette Park District has developed the projects for the first phase of work based on public input taken by the Park District Board through a community wide survey completed in 2015. The work includes and may or may not be limited to: 1) Demolition of the existing beach house and parking lot as needed. 2) Replacement of the Gillson Park Beach House including men s and women s washrooms; family changing /washrooms; offices; first aid space; staff space; storage and food concessions including full service indoor cooking. 3) Reconstruction of the parking lot including provisions for storm water collection including but not limited to rain gardens and bioswales. 4) New site lighting for the parking lot to minimize light spillage and glare to surrounding properties.

Lakefront Master Plan Construction Management Page 5 5) New site utilities including but not limited to water; sanitary sewer including new lift station; electrical; natural gas; capabilities and other utilities as may come across during the design phase. 6) Improve pedestrian and bicycle access. 7) Landscape improvements. 8) New signage including directional and informational. II. SCOPE OF SERVICES The Construction Manager will work with Woodhouse Tinucci Architects their role as the Design Team. They will also interact with the Park Board and the Park District staff to manage and complete the work as awarded. The Superintendent of Parks and Planning will be the Park District s representative through the entire process. Related Considerations The Construction Manager will provide preconstruction services including estimating and value engineering. They will also administer all and contracts managed by them for miscellaneous contractors/trades. The Construction Manager will work with Park District staff to manage the public bidding process. They will develop scopes of work for each portion of the work. They will review and evaluate all bids and make recommendations to the Park Board for approval for all trades needed to complete the projects. They will collect all necessary bonds and certificates of insurance from each contractor. All specifications and contracts awarded will require that all parties comply with the Prevailing Wages Act as regulated by the Illinois Department of Labor. The Construction Manager will also review all payout requests prior to their submission to the Park District for processing. Contractual and general liability insurance will be provided by the Construction Manager covering their portion of the management and General Conditions and the Wilmette Park District named as additional insured on the Certificates of Insurance. III. EVALUATION OF SUBMITTALS AND SELECTION PROCEDURE A preference will be shown to firms who have prior experience performing similar projects and of a similar scope in Illinois especially on Lake Michigan. The selection of the Construction Manager to provide the required services will be made in accordance with Illinois Professional Services Selection Act. A. Evaluation of Written Submissions The Lakefront Committee of the Park Board will review and evaluate all submissions properly made in response to this Request in accordance with the general evaluation criteria set forth in Schedule A based on such other information and matters as they deem necessary or desirable to determine the qualifications and suitability of the firm(s) with respect to the Project. After conducting such review and making such evaluations, the Lakefront Committee may select qualified firms to proceed to the oral interview stage of the selection process (the "Finalists"). B. Oral Interview If needed, the oral interview will be conducted by the Lakefront Committee of the Park Board. Other Park Board members will be invited to attend the oral interview session. At the interview, each Finalist shall be required to explain its submission in detail, including full discussion of how its approach to the Project satisfies the general evaluation criteria set forth in Schedule A. In addition,

Lakefront Master Plan Construction Management Page 6 Finalist shall be required to answer questions posed by the Lakefront Committee. Oral interviews may be tape recorded. Upon completion, review and consideration of the oral interviews, the Lakefront Committee may request additional information from one or more of the Finalists if deemed necessary or desirable by the Lakefront Committee to assist it in evaluating a Finalist's qualifications for the Project. C. Ranking Based upon prior experience, the written submissions, oral interviews and any supplementary information submitted in response to the Lakefront Committee's request, and based upon such independent investigation (e.g. discussions with previous clients) as the Lakefront Committee determines to be necessary or desirable to assist it in evaluating a Finalist's qualifications, the Lakefront Committee will rank the Finalists in the order of their qualifications for the Project. D. Negotiations Following such ranking, the Park District will contact the highest ranking firm and attempt to negotiate a contract for the services at a taking into consideration the estimated value, scope, complexity and nature of the services to be rendered. If fewer than three (3) submissions are received and the Park District determines that the firm(s) which did submit letters of interest is (are) qualified, it may negotiate a contract with any such firm(s) in accordance with the requirements of the Illinois Professional Services Selection Act. The Lakefront Committee will select and make a recommendation to the Park Board of Commissioners for their approval. The Lakefront Committee will make a recommendation to the Park Board. The Park Board will deliberate and select the final firm to proceed. The selected firm shall work with the Park District staff and board to determine and define the scope of the project, the services required and the terms of the contract. This allows both parties to have an open dialog and discuss the project thoroughly, resulting in a mutual understanding of the expectations and the type of work required. In the event the negotiations between the selected firm and the Park District cannot be completed as a result of an inability to reach agreement on the fee for services or the scope of the services to be performed, then at the option of the Park District, the negotiations will proceed to the second most qualified firm. Negotiations shall continue in this sequence until a contract is finalized or all proposals are rejected. After the Park District accepts the fee proposal, the two parties shall enter a written contract. The final proposal contract will be presented by resolution to the Wilmette Park District. The Wilmette Park District will execute the contract for construction management services upon approval of the resolution. All processes and contracts, including any amendments or addition to the scope of services, will be subject to review by the Park District s attorney and approval by the Wilmette Park District Board of Commissioners.

Lakefront Master Plan Construction Management Page 7 IV. REVIEW OF REQUEST DOCUMENTS AND SITE VISITS All interested firms are encouraged to carefully evaluate the Project description, the evaluation criteria and other relevant data contained in the Request and to visit the Project sites to enhance their understanding of the existing conditions and requirements for the Project services. V. STATEMENT OF QUALIFICATIONS SUBMITTAL DOCUMENTATION REQUIREMENTS AND FORMAT. Interested Construction Management firms are strongly encouraged to submit qualifications, which are as comprehensive and complete as possible, so as to ensure a proper evaluation of the firm s capabilities. The Statement of Qualifications shall contain the following response items arranged in order, tabbed and with a table of contents. In order to issue a uniform review process and to obtain the maximum degree of comparability it is required that the submittal be organized in the following manner. You can follow the following list or follow the guide in Schedule C. Name of firm, Owners, brief history of the firm. Project Understanding: A statement that your firm understands the extent of the project and the key issues involved. Project Approach: Demonstrate your approach to the proposed project, including how you would resolve problems and how proposed solutions will be identified. Key submissions, quality control measures, project management and review, cost control, Park District staff and Park Board involvement and general resource management should be addressed. Project Team Organization: An organizational chart indicating key personnel assignments and the overall organization of the work effort. Specific qualifications of key individuals proposed for the project shall be included. The geographic location of these individuals should be indicated as well as major current assignments and availability of those individuals. Personnel should not be proposed unless they will be available to fulfill proposed project commitments. If the proposal includes the use of multiple firms, the relationship between the firms must be clearly identified. Please indicate your estimate of the amount of work to be performed by local firms. Firms must have a valid registration in the State of Illinois for any professional person or firm to be included within the team of consultants. If your firm is selected to go on the second portion of the selection process, please explain if the individuals who participate in the interview discussions will be the same individuals working on the project throughout the term of the contract. Firm capabilities and experience: Provide specific information regarding your firm s experience and capabilities, focusing as much as possible on past or present experience with other lakefront projects on the Great Lakes similar to the scope of this project with a preference to firms who have done work on properties on the great lakes. Also, discuss your firm s estimating expertise. References and Personnel Experience: References should be for projects that are similar to the proposed project and best demonstrate your firm s ability to complete the proposed project successfully according to the project schedule. For each reference, provide a brief description of the project, the client name, year completed, both estimated and actual completed construction costs, and the portion of the work for which your firm was responsible. The responsibilities of any personnel on those projects who are proposed for work on this project should also be included. A summary of change order amounts, any construction claims, and a description of any legal actions relating to the project shall also be included. References for similar projects should also provide specific information on the following:

Lakefront Master Plan Construction Management Page 8 Documentation of successful similar projects, provide specific examples and why they are applicable. Did project include involvement in a disciplined public participation process? Give an example of the process used. Was the project related to development of a site equal in size to Gillson Park? Was the project located on the shore of one of the United State Great Lakes? Projects that involved street, storm water, shore and other infrastructure issues. Experience with other outdoor recreational facilities (i.e. trails, walks, shelters, picnic areas, beaches, boating etc.). Documentation for these projects that were completed on-time, on budget. Other information the consultant wishes to have considered during the evaluation of professional qualifications may also be included. VI. ATTACHMENTS To assist your firm in responding to this request, the following items are attached: Schedule A: Schedule B: Schedule C: Schedule D: Schedule E: General Evaluation Criteria Request time line Construction Management Firm Profile Basis for Developing Fees Site Information Aerial Photo: Gillson Park Site Plan: Gillson Park

Page 9 WILMETTE PARK DISTRICT GILLSON PARK BEACH HOUSE AND PARKING LOT SCHEDULE A General Evaluation Criteria The following general criteria will be used to evaluate the written submissions of Construction Management Firm qualifications along with interviews with previous clients, the responses of Construction Management Firm during the final selection process and such other information as the Park District deems necessary or desirable in order to responsibly evaluate the Construction Management Firm qualifications for this Project. (These are not ranked in order of importance). A. CATEGORY I (Project Implementation) 1. All of the criteria listed under Section I above, and: a. Provision of preconstruction services including estimating and value engineering. Clear assignment of responsibilities for various project tasks to specific individuals. All individuals with major responsibilities for the Project's Construction Management bidding specification and follow through should be identified. b. Ability to oversee construction, Construction Management, field changes and emergencies effectively if needed. c. Comprehensiveness of management, Construction Management and monitoring services provided. d. Timeliness in review and response to Park District requests for clarifications or decisions with respect to Contract Documents and review and approvals of shop drawings, etc. e. Ability to complete the Project on schedule given the location of the projects. f. Responsiveness to the specific user goals identified in the request. g. Quality of communication skills and effectiveness of the onsite construction representative from your firm if needed. h. Ability to coordinate Project construction, if needed with contractors, equipment suppliers and Park District personnel. i. Post-Project completion follow-up and responsiveness to problems.

Page 10 j. Attitude and approach to discovered Construction Management defects or inconsistent or incomplete Contract Documents. k. Insurance coverage. 2. Technical Approach a. Understanding of the existing conditions, systems, operations and schedules. b. Qualifications and experience of the Construction Management, engineering and supervision professionals, consultants and testing laboratories proposed for use on this Project including prior experience of working through the winter on Lake Michigan. c. The number of past projects that include similar amenities proposed for inclusion in this Project and completed by the person(s) responsible for Project Construction Management and implementation. d. Reliability of performance of Construction Management Firm on past projects. THE ESTABLISHMENT, APPLICATION AND INTERPRETATION OF THE ABOVE AND OTHER CRITERIA SHALL BE SOLELY WITHIN THE DISCRETION OF THE WILMETTE PARK DISTRICT.

Page 11 WILMETTE PARK DISTRICT GILLSON PARK BEACH HOUSE AND PARKING LOT SCHEDULE B Request Time line Activity Date(s) Issue Request January 11, 2017 Written Responses due no later than 3:30 p.m. February 2, 2017 Written Responses investigated and evaluated by Staff. February 3, 2017 Lakefront Committee reviews submittals and decides if oral interviews are required February 6, 2017 Final Selection Made for recommendation to The Park Board February 2017 THE ABOVE SCHEDULE IS SUBJECT TO CHANGE AS CIRCUMSTANCES DICTATE OR AS DETERMINED NECESSARY BY OR IN THE BEST INTERESTS OF THE PARK DISTRICT.

Page 12 WILMETTE PARK DISTRICT GILLSON PARK BEACH HOUSE AND PARKING LOT SCHEDULE C Construction Management Firm Profile Form Qualifications, Performance Data and Requested Project/Approach NOTE: All questions must be addressed and information supplied, by the Construction Management Firm in order for this submission to be properly completed. Failure of the Construction Management Firm to answer any questions, provide any requested information or otherwise comply with any directive contained in this form, may disqualify the submission. If any question or directive does not pertain to your firm in any way, indicate that fact with the symbol N/A. For additional space attach 8-1/2" x 11" sheets and indicate reference number (i.e., 12a, 12b, etc.) to correspond with each question. AN ORIGINAL AND TWELVE (12) COPIES OF EACH PROPOSAL MUST BE SENT TO: Wilmette Park District 3555 Lake Avenue Wilmette, Illinois 60091 Attention: Bill Lambrecht; Superintendent of Parks and Planning RE: Response to Request GILLSON PARK BEACH HOUSE AND PARKING LOT SERVICES 1.a. Firm Name Business Address City County State Zip 1.b. Name and titles of Two Contact People 1) Phone ( ) 2) Phone ( ) 1.c. Submittal is for Parent Company; List of Division or Branch Offices. Which Division(s) is to be included in this Submission? Subsidiary (attach separate list if more than one is Branch Office to be included) Name of Entity

Address Page 13 2. Date Prepared 3. Type of Firm Corporation Partnership Sole Ownership Joint Venture 4. Federal Employer Identification Number 5. Year Firm was established 6. Name and Address of Parent Company, if applicable. 7. Former Firm Name(s), if applicable. 8.a. Indicate if your firm is a recognized Minority Business Enterprise or Women s' Business Enterprise. Yes No 8.b. If yes, indicate the appropriate category. American Indian Spanish Surname Asian-American Female Owned Black Other 9. Corporate Background/Historical Data a. How many years has your firm been in business under its present name? Years b. Indicate all other names by which your organization has been known and the length of time known by each name.

Page 14 c. Identify all states in which your firm is legally qualified to do business. 10. Personnel Information a. Attach the resumes of the principal individuals who will be directly responsible for this Project. Indicate the specific role each individual will play for the duration of the contract. Indicate the number, type and size of other projects each such individual will be involved with at the same time as this Project. Provide Illinois professional registration/license numbers for each such individual. b. Give the number of years of experience for each of the above individuals and describe all supervisory responsibilities. Provide a list of all projects each individual has been associated with during the last three (3) years including type of Project and dollar size. 11. Project Contact Person Who will be the contact representative from your firm on this Project? 12. Project History References Briefly describe not less than four (4), but not more than six (6) projects similar in scope to this Project which your firm has completed in the last eight (8) years. Projects done for park districts, municipal entities and recreation agencies especially those near the Lake Michigan shoreline are most desirable. You may give a composite, condensed or supplementary listing of other projects if desired in addition to the 4-6 projects stated above. (a) Project (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) Location with address Client (complete with agency name, contact person(s) (the person(s) who was (were) the principal client representative(s) the Project, address and phone). This should be the person whom you have done business with on each of the projects listed. Project dollar amount. Lead person on the Project. Start and end dates of project. Was project completed within budget? Was project completed on time? Number of change orders submitted. Were there any disputes on this Project? If yes, describe in detail and state how the dispute was resolved. Note projects completed as Construction Manager or General Contractor. BY YOUR SUBMISSION OF THE REQUESTED INFORMATION YOU ARE AUTHORIZING THE WILMETTE PARK DISTRICT TO CONTACT REFERENCES SUBMITTED. 13. Claims/Litigation History Summarize all claims which have been made against your firm or any of its principals (with respect to Construction Management Firm services) within the last five (5) years. The summary should include claims whether or not a lawsuit was filed or if they were settled "out-of-court". The

Page 15 summary should include the nature of the claim, the amount of the claim, the type of project and services involved and the resolution of the claim. 14. Project Summary Summarize the scope of services (management, supervision, scheduling etc.) that would be offered by your firm for this Project. In order to give a feel for your perspective, please describe a preliminary assessment of this Project. 15. Supervision Approach Summarize your firm's philosophy and commitment with respect to supervision of Project implementation offered by your firm. Describe your anticipated frequency of site visits, frequency of contact with contractors, payment and the Park District certification procedure and other pertinent Project supervision factors. Describe post construction services rendered, if any and whether such services are included as part of Basic Services. 16. Dispute Resolution Approach Summarize your firm's philosophy and commitment with respect to resolution of disputes between the Park District and Contractors. 17. Errors and Omissions Approach Summarize your firm's philosophy and commitment with respect to claimed errors, omissions and inconsistencies discovered in Contract Documents prepared by the architect and how you respond to such claims. 18. Fees/Charges a. Describe amount (see Schedule D) that you firm will charge for this Project for "Pre- Construction Services" as outlined in the Request for Proposal. b. Describe the amounts (see Schedule D) that your firm will charge for "Construction Management Firm Services" as outlined in the Request for Proposal. c. Describe charges (see Schedule D) that will your firm will charge for all labor, materials, services, and incidentals to perform all work as outlined in the attached General Conditions portion of the Request for Proposal. d. Describe other fees as outlined in Schedule D. e. If needed, any work to be provided under this contract for investigatory work or testing will be bound by the Prevailing Wage Act by the State of Illinois. The wages to be paid will be based on the schedule as posted by the State of Illinois Department of Labor on a monthly basis.

Page 16 19. Insurance Coverage Describe the insurance coverage which will be maintained by your firm during the period of the performance of the Project services. 20. Contract Form Attach a copy of your firm's standard contract form for the provision of its Construction Management Firm services. If modification of that form is contemplated for this Project, indicate the nature of such modification. The Park District will use this as reference if your firm is selected during the preparation of a Contract Document.

Page 17 WILMETTE PARK DISTRICT GILLSON PARK BEACH HOUSE AND PARKING LOT SCHEDULE D Basis for Developing Costs to Provide Construction Management Firm Services Date: Firm Name: Address: Telephone: Fax: Having read the Request for Proposal dated January 11, 2017, and the attached documents for the Wilmette Park District GILLSON PARK BEACH HOUSE AND PARKING LOT, we propose develop our costs based on the following: 1. PRECONSTRUCTION SERVICES: based on providing estimates and value engineering during the design phase of work. 2. CONSTRUCTION MANAGEMENT SERVICES FEE: We propose to base our fees on the following criteria: a. CONSTRUCTION SUPERVISION FEE: To furnish professional Construction Management Firm services (General Conditions) covering the coordination, administration and management as outlined in the referenced portion of the documents, state how you would determine that fee if required. If this is included in the above please note it as so. b. INSURANCE COSTS: The Undersigned agrees to provide Construction Management and contractual liability insurance, naming the Owner as additional insured as part of the above fees. 3. RATES AND CHARGES: Include a breakdown of hourly costs for all facets of your staff in case extra services are required above and beyond what the Request for Proposals includes. Company Name

Page 18 Signature Title Date

Page 19 SCHEDULE E Aerial photograph of Gillson Park Beach Site Plan of Gillson Park Beach

Gillson Park Beach Page 20

/2008 4:26 AM Page 21