Request for Proposals. Consultant for Board Governance Framework Design - Arts and Culture Centre

Similar documents
REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Management Services. International Support, Recruiting

Strait Regional School Board

WEST VALLEY SANITATION DISTRICT

REQUEST FOR QUOTATION GRASS CUTTING

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

Cloud Based PBX System and Hardware

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Bid/Proposal

Request for Proposal # Postage Meter Lease & Maintenance Service

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

CORPORATION OF THE TOWN OF GANANOQUE

City Of Hammond Purchasing Department. Request for Proposal RFP Pest Control Services for the City of Hammond, LA

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Request for Proposals

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

Website Re-Design and Development

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

Town of Lee Septic Tank Pumping Services

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Table of Contents. Attachments:

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

CITY OF SUGAR HILL Request for Proposals Event Audio Services

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Town of Waldoboro Public Works Department REQUEST FOR BIDS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Request for Proposal for Construction Management Services

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

Request for Proposal # Executive Recruitment Services

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

Request for Qualifications

Introduction Background

Request for Proposal For Scrap Metal Removal

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Proposal Data Network Cabling

Glacier Country Tourism Request for Proposal for Professional Photography Services

REQUEST FOR QUOTE ON BARBER/HAIRCUTTING SERVICES FOR COUNTY JAIL

PROPOSAL LIQUID CALCIUM CHLORIDE

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

MELBA SCHOOL DISTRICT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

The City of Henderson

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

Canteen Services Grafton Ball Complex / Haldimand Community Memorial Arena

Request For Proposal (RFP) for

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

Request for Proposal CNC Mill For the Rockville High School

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP)

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR PROPOSAL ORGANIZATIONAL REVIEW OF THE VILLAGE OF BURNS LAKE. November 2013

City of Hammond. Purchasing Department RFP 15-15

Union County. Request for Proposals # Employee Survey Services

REQUEST FOR QUOTATION

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO)

City of Loveland, Ohio

REQUEST FOR PROPOSAL

Request for Proposal #2018-UCPR-RPR-001. Operational Review of the Prescott and Russell Residence

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Cheyenne Wyoming RFP-17229

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

The City of Moore Moore, Oklahoma

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

REQUEST FOR QUALIFICATIONS

CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS

STORM DRAIN ENGINEERING DESIGN SERVICES

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Transcription:

Request for Proposals Consultant for Board Governance Framework Design - Arts and Culture Centre Issue Date: January 19, 2018 Response Receipt Location: 400 Main Street, Yarmouth, NS B5A 1G2 The Town requests that responses be submitted by: 3:00 p.m. AST on February 9, 2018 Contact Person: Natalie Smith Phone: (902) 742-1505 Cell: (902) 307-4203 Fax: (902) 749-1474 Email: edo@townofyarmouth.ca 1

Table of Contents 1.0 Invitation... 3 2.0 Purpose... 3 3.0 Background... 3 4.0 Scope of Work/Deliverables... 3 5.0 Background Documents and Links... 4 6.0 Project Schedule and Contact Information... 4 6.1 Schedule... 4 6.2 Contact Information... 4 6.3 Deadline for Submission... 4 6.4 Requirements for Proposal Preparation... 4 6.5 Submitting Proposals... 4 6.6 Proposal Format... 4 6.6.1 Letter of Intent... 5 6.6.2 Action Plan and Methodology... 5 6.6.3 Credential/ Biographies... 5 6.6.4 Financial Proposal... 5 6.6.5 Additional Information & Innovative Ideas... 5 6.6.6 References... 5 6.6.7 Request for Proposal Evaluation Process... 5 6.6.8 Criteria for Proposal Evaluation... 6 7.0 Terms and Conditions... 6 7.1 Governing Law... 6 7.2 Contract Award... 6 7.3 Sub-Contracting... 6 7.4 Disclosure / Confidentiality... 7 7.5 Final Agreement... 7 7.6 Gratuities... 7 7.7 Insurance and Workers Compensation... 7 2

Board Governance Framework Design Arts and Culture Centre 1.0 Invitation In accordance with the Town of Yarmouth s (Town) procurement policy, approved March 8, 2012, and the Public Procurement Act of Nova Scotia, the Town of Yarmouth is issuing a Request for Proposal (RFP) to qualified consultants to complete a Board Governance Framework Design (Study) for the proposed Arts and Culture Centre (Project). The intent of the RFP is to award the work to a consultant with proven experience and knowledge in similar undertakings. 2.0 Purpose The Study will develop a Board Governance Framework Design Report. The Report will be used to support the Town and partner organizations to establish a Board of Directors for a new Arts and Culture Centre. 3.0 Background Community Context The Town of Yarmouth is a small, vibrant ocean Town located at the Southwestern tip of Nova Scotia in Yarmouth County. With a population of 6,800 people and a service area of 55,000, Yarmouth is home to a diverse economy based on fishery, manufacturing, tourism, government services, healthcare services, education, and serves as the centre for retail and entertainment in the region. It is known for its character Main Street, its active arts/culture scene, its stunning natural scenery, and its friendly local residents. Project Context In January 2017, Town Council identified, as one of its Strategic Priorities, the development of an Arts and Culture Centre to be located in the downtown centre, as identified in the 2010 Downtown Blueprint Plan. The Town has identified Board Governance as one of the key factors in establishing a sustainable Arts and Culture Centre that must be held to high standards expected by the community, government funders and other stakeholders. The scope of work will consider the board model(s) and attributes to achieve the best outcome in the project s life-cycle from Fundraising to Operation. 4.0 Scope of Work/Deliverables The prime focus of the Study will be to develop a Board Governance Framework identifying (but not limited to): Mandate of the Board in a fundraising to operational capacity. Board composition and stakeholder representation Key skills and qualifications Governance structure Board Monitoring Public Accountability Succession Planning The consultant will establish and implement an innovative and comprehensive public engagement process to ensure meaningful feedback from Town Council and Staff, arts community, business 3

community and the public. Proponents are to describe their approach to the engagement process and will have access to use the Town s engagement website, https://getinvolvedyarmouth.ca/. Ten (10) hard copies of the Board Governance Framework Design Report are to be provided and a single digital media copy, in Microsoft Word and in a PDF version, on a USB flash drive or CD; Periodic presentations to Town Council on findings/work completed; A Final Presentation to Town Council at a public meeting on completed project. 5.0 Background Documents and Links Economic Development Profile,2017 The Yarmouth Downtown Blueprint,2010 6.0 Project Schedule and Contact Information 6.1 Schedule Submission deadline: February 9, 2018 Proponent Selection: February 22, 2018 Target Project Completion: April 25, 2018 6.2 Contact Information Any questions in respect to this proposal, contact Natalie Smith, Phone: (902) 742-1505, Cell: (902)307-4203, Email: edo@townofyarmouth.ca 6.3 Deadline for Submission The deadline for submission is 3:00 pm local time, Friday, February 9, 2018 6.4 Requirements for Proposal Preparation Proposals will not be accepted after the final closing date and time of 3:00 pm local time on February 9, 2018. Proponents may not make modifications to their proposals after the closing date and time. The Town of Yarmouth will not be obligated in any way by the proponent s response to the Request for Proposal. The proponent s proposal and all supporting documents will remain with the Town of Yarmouth and will not be returned. Proponent costs related to preparing and issuing the Request for Proposal response are entirely the responsibility of the proponent. All such documentation may be reproduced by the Town, provided that such reproduction is made solely for internal use or for purpose required by law. 6.5 Submitting Proposals The proponent is to provide a single digital media copy, on a USB flash drive or CD, and five (5) hard copies of proposals in a sealed envelope clearly marked to identify contents and addressed to Jeff Gushue, C.A.O, Town Hall, 400 Main Street, Yarmouth, Nova Scotia, B5A 1G2. Proposals must be received by the C.A.O. no later than 3:00 pm local time, Friday, February 9, 2018. It is the responsibility of the bidder to deliver the sealed proposal to the main floor of Town Hall before the time indicated. Proposals received after the submission deadline will be returned unopened. Fax or email submissions will not be accepted. 6.6 Proposal Format Proponent proposals must be submitted in the format outlined below. Proponents are free to segment these main sections into sub-sections, as they deem appropriate. The Financial Proposal section will be 4

sealed in a separate envelop marked Financial Proposal included in the sealed envelope of the hard copy proposals. Only the top three (3) selected proponents will have their Financial Proposal sections reviewed. 6.6.1 Letter of Intent; 6.6.2 Action Plan and Methodology; 6.6.3 Credentials/Biographies; 6.6.4 Financial Proposal; 6.6.5 Additional Information & Innovative Ideas; and 6.6.6 References 6.6.1 Letter of Intent Proponents must clearly identify any and all partners or subcontractors involved in the bid and must clearly identify the lead (prime) individual company. A contact from the lead company must be provided and an authorized employee must sign the letter. Failure to submit a letter of intent will disqualify the proponent from the evaluation process. 6.6.2 Action Plan and Methodology This section should provide a detailed Action Plan with a description of methodologies to be used, work to be performed, including estimated start dates, completion dates, the total effort required for each assigned resource, critical paths and all associated costs. 6.6.3 Credential/ Biographies In this section, the proponent must provide biographies of key resources/teams used for execution of the work. Details of previous work similar in scope should be provided. 6.6.4 Financial Proposal The proponent shall clearly indicate the project costs. This fee must be inclusive of all consultants costs such as fees, travel costs, accommodations, and reports but excluding HST and the public consultation costs. The consultant must submit information on how they propose to distribute the fee and expenses across their work program. This section will be provided in a separate envelope included with the sealed hard copy proposals. 6.6.5 Additional Information & Innovative Ideas Include any additional information or original ideas that could not have been presented in earlier sections. 6.6.6 References Provide at least two (2) reference letters from clients who have utilized your services and include appropriate contacts with phone numbers and email addresses. The Town reserves the right to contact anyone it deems necessary to complete the review of the proponent. 6.6.7 Request for Proposal Evaluation Process All proposals must be complete and convey all the requested information in order to be considered responsive. Proponents are requested to respond to each section of the Request for Proposal as described in Section 6.6, Proposal Format. 5

6.6.8 Criteria for Proposal Evaluation Proposals will be evaluated according to the following criteria: Team Experience (40 points) Experience and/or reputation of the proponent and key individuals. Experience in not-for-profit board governance consulting. Understands issues/solutions related to board governance planning. Stakeholder Engagement Approach & Methodology (30 points) Methodology Understanding of the objectives of the project Approach/process Stakeholder Engagement Program Innovative Ideas (15 points) An evaluation of any innovative ideas in the submission Implementation (15 points) Team Organization Schedule The Town wishes to stress the monetary value of the proposal will be considered at the end of the evaluation process. Factors listed above will be given primary consideration prior to reviewing fee estimates. 7.0 Terms and Conditions 7.1 Governing Law Federal and Provincial laws shall govern the interpretation and performance of any agreement with the Town of Yarmouth regarding the Board Governance Framework Design for the Arts and Culture Centre. Any action brought to enforce any provision of an agreement shall be brought in the appropriate courts of the Province of Nova Scotia. The parties understand and expressly agree that any claims, demands, or actions asserted against the Town of Yarmouth, its agents and employees shall be brought only in the court system of the Province of Nova Scotia. 7.2 Contract Award This RFP creates no obligation on the part of the Town of Yarmouth to award the contract or to reimburse proponents for proposal preparation expenses. The Town of Yarmouth reserves the right to accept or reject any and all proposals, in whole or in part, received as a result of this request, and to negotiate in any manner necessary to best serve the interest of the project. 7.3 Sub-Contracting The proponent must document any intent to use another proponent(s) or private individual(s) as subcontractor(s) for any part or whole of the services they offer under this agreement. The Town reserves the right to approve or reject any subcontracting agent or reject proposals based on the use of 6

subcontracted work if not in the best interest of the project. The proposal should document the justification for using the services of professionals other than those of the lead contractor. 7.4 Disclosure / Confidentiality The Town and submitting proponents will make every effort to maintain confidentiality relevant to submitted proposals and information provided for in this Solicitation process. News releases by a proponent pertaining to this RFP or any portion of the project shall not be made without prior written approval from the Town of Yarmouth. Violation of this requirement is deemed to be a valid reason for disqualification of the proponent. The proponent will also not initiate any publicity relating to this acquisition process before the selection decisions are final. 7.5 Final Agreement This Solicitation does not contain all terms and conditions necessary for conducting business with the Town of Yarmouth. 7.6 Gratuities The Town of Yarmouth may, by written notice to a proponent, cancel any contract if it is found by the Town of Yarmouth that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the proponent, or the agent or representative of the proponent, to any employee or agent of the project with a view toward securing favorable treatment with respect to the awarding or amending, or making any determinations with respect to performing of such contract. 7.7 Insurance and Workers Compensation The undersigned is to carry and keep in force Public Liability Insurance in a form equivalent in terms of coverage to the industry standard Commercial General Liability for all services provided to and on behalf of the Town of Yarmouth and the amount of coverage shall be not less than two Million dollars ($2,000,000.00) per occurrence and to indemnify and save harmless the Town in the event of any damages, suits or actions as a result of damages, injuries or accident done to or caused by him, or his employees or relating to the prosecution of the works or any of his operations or caused by reason of the existence or location or condition of any materials, plant or machinery used there on or therein, or which may happen by reason thereof, or arising from any failure, neglect or omission on his part, or on the part of any of his employees, to do or perform any or all of the several acts or things required to be done by him or them under and by these conditions, and covenants and agrees to hold the Town harmless and indemnified for all such damages and claims for damages. A copy of the Commercial General Liability Insurance (or certificate of insurance) covering the legal liability of the submitter for injuries to, or death of, persons and/or damage to property of others for limits of not less than two million dollars ($2,000,000.00) per occurrence for bodily injury and property damage with an insurer and in a form satisfactory to the Town will be furnished. Such insurance shall have the Town as a named insured and shall contain cross liability coverage and preclude subrogation by the insured against the City. The undersigned is to carry and keep in force Professional Liability Insurance in an amount not less than $2,000,000 providing coverage for acts, errors and omissions arising from their professional services performed under this agreement. The policy self-insured-retention / deductible shall not exceed $10,000 per claim and if the policy has an aggregate limit, the amount of the aggregate limit shall be double the required per claim limit. The policy shall be underwritten by a company licensed to conduct business in the Province of Nova Scotia and be acceptable to the Town. The policy shall be renewed for 3 years after contract termination. A certificate of insurance evidencing renewal will be provided for each and every year. 7