Request for Proposal. For. Redistricting Consultant

Similar documents
REQUEST FOR QUALIFICATIONS

RULES AND REGULATIONS OF THE COUNCIL OF THE CITY OF NEW ORLEANS

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

CONSULTANT AGREEMENT

SAMPLE AGREEMENT: CE AGREEMENT

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

PERSONAL SERVICES CONTRACT

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

CONTRACT FOR PROFESSIONAL SERVICES By and between TOWN OF JONESBORO And CHIEF FINANCIAL OFFICER And LOUISIANA LEGISLATIVE AUDITOR STATE OF LOUISIANA

CODE ENFORCEMENT MAGISTRATE RFP

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

B. CONTRACTUAL ISSUES

CAPTION FINANCIAL SUMMARY

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

OFFICE OF THE TOWN ATTORNEY TOWN OF OYSTER BAY NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSALS FOR SPECIAL COUNSEL SERVICES

Trócaire General Terms and Conditions for Procurement

SERVING THE GULF COAST SINCE 1969

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

SERVICE AGREEMENT XX-XXXX-XXX-XX

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

PROFESSIONAL SERVICES AGREEMENT

RETAINER AGREEMENT FOR CITY ATTORNEY SERVICES CITY OF PLACENTIA

Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: December 29, 2018

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF ENGINEERING SERVICES NORTH ARLINGTON LYNDHURST JOINT SEWER MEETING C-3 LICENSED ENGINEER

CLIENT SERVICES AGREEMENT

Minnesota Department of Health Tribal Governments Grant Agreement

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

CROWNCAB OWNER/OPERATOR AGREEMENT

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

OFFICE OF THE TOWN ATTORNEY TOWN OF OYSTER BAY NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSALS FOR SPECIAL COUNSEL SERVICES

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

CITY OF GREENVILLE ASSESSOR SERVICES AGREEMENT

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

CONTRACT FOR PROFESSIONAL SERVICES BETWEEN CHURCHILL COUNTY, NEVADA AND XXXXXXX. FOR INDIGENT LEGAL SERVICES

Consultant Allies Terms and Conditions

REQUEST FOR PROPOSAL #7036 CONFLICT PUBLIC DEFENSE SERVICES Due: November 9, 2012, 3:00 PM Pacific Local Time

LICENSE FOR USE OF FACILITIES AND PREMISES. This Agreement made and entered into at Baton Rouge, Louisiana, by and between the

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

LEASE ADMINISTRATION SERVICES AGREEMENT

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals:

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: November 14, 2018

ST. TAMMANY PARISH COUNCIL ORDINANCE ON THE 1 DAY OF SEPTEMBER, 2011 ***PLEASE SEE ATTACHED FOR COMPLETE DOCUMENT***

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

The Consultant selected by the IDA will perform the following services:

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

VISITING SCIENTIST AGREEMENT

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: January 25, 2019

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

Request for Proposals for Homeless Outreach Services

Exhibit A CONTRACT. WHEREAS, it is the desire of FIT to retain the services of a Strategic Planning Consulting Services firm;

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

City of Hyattsville RFP

NASSAU COMMUNITY COLLEGE

AMBASSADOR PROGRAM AGREEMENT

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

MASTER INTERLOCAL AGREEMENT BETWEEN LOTI CLEAN WATER ALLIANCE AND THURSTON COUNTY

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

DEPOSITORY AND BANKING SERVICES CONTRACT. This Depository and Banking Services Contract, hereinafter

Tulsa Community College

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

STONEYBROOK AT VENICE COMMUNITY DEVELOPMENT DISTRICT. REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES March 19, 2018

Request for Proposal 2019 Calendar Year

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

VERIZON SELECT SERVICES INC. Page 1 SECTION 1 - TELECOMMUNICATIONS SERVICES AGREEMENT

March 9, 2018 REQUEST FOR PROPOSALS TO TRANSPORT AND RECYCLE ELECTRONIC WASTE FOR THE SONOMA COUNTY WASTE MANAGEMENT AGENCY

Plante s Ferry Park Application and Usage Agreement For Non-Tournament Activities June 1 st May 31 st 2019

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

MASSACHUSETTS SCHOOL BUILDING AUTHORITY FEASIBILITY STUDY AGREEMENT

P.I.N.C.O. PARTNERS IN NUTRITION COOPERATIVE JOINT POWERS AGREEMENT FOR

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Midwest Global Group, Inc. Custom Stole Sketch Form Instructions

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

E-RATE CONSULTING AGREEMENT

Purchase Agreement (Services)

*SAMPLE PRACTICE CONTINUATION AGREEMENT* DISCLAIMER

AGREEMENT FOR ON-CALL CONSULTING SERVICES BETWEEN THE THE CITY OF EL CENTRO AND FOR ON CALL RIGHT OF WAY ACQUISITION AND APPRAISAL SERVICES

CONSTRUCTION LICENSE AGREEMENT

DRAFT. OCE Funding Agreement

BATES TECHNICAL COLLEGE CONSULTANT AGREEMENT

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

Required Federal Forms

INDEPENDENT CONSULTANT AGREEMENT

CITY OF WOODINVILLE, W A REPORT TO THE CITY COUNCIL rd Avenue NE, Woodinville, WA WW.CI.WOODINVILLE.WA.US

Transcription:

Request for Proposal For Redistricting Consultant Pursuant to the provisions of the Home Rule Charter of the City of New Orleans and in accordance with paragraph 1 of Rule 45 of the Code of the Council of the City of New Orleans, the Council is requesting proposals from experienced firms to provide assistance with the redesign of its voting districts. 1. Purpose Section 3 103(2) of the Home Rule Charter of the City of New Orleans, requires that the City Council redistrict itself by ordinance within six months after the official publication by the United States of the population of the City by precinct, as enumerated in each decennial census. The Council is soliciting proposals from qualified professionals to provide advice to the Council and to its committees on how best to comply with this Charter requirement. The Final plan must comply with all provisions of federal, state and local laws. 2. Scope of Service The Council is desirous of receiving Proposals from qualified consultants with demonstrated experience in redistricting activities, geographic information systems, census data tabulation, and technical procedures related to the design/redesign of voting districts. Applicants must be qualified and knowledgeable of the Voting Right Act of 1965 and its amendments, federal law mandates, and traditional re districting principles. Applicants must be capable of designing/redesigning Council voting districts to meet legal requirements for reallocating population to meet the requirements of the Home Rule Charter. Applicants must be capable of providing copies of draft maps with possible and recommended redistricting solutions within 60 days of being selected as the contractor. Applicants must be able to provide reports detailing the population numbers in each scenario, including racial / ethnic category breakdown. Applicant must be willing to conduct at least two community meeting in each district to explain the process of redistricting and how it can affect the residents of that district. The first community meeting should be scheduled no later than June 1, 2011. Applicants will be expected to work with individual Councilmembers and Council staff throughout the process. Applicants will also be expected to work with the Council s Communications consultant to provide the public with information on the redistricting process as it proceeds. 3. Contents of Proposal The Proposal should include the following components. 1

A concise but detailed narrative indicating the proposed approach to providing the required services, including a description of the types and qualities of service which would be provided, and a budget showing estimated number of expected work hours and hourly billing rate for each professional, and an estimate of reimbursable costs if any. A sworn affidavit listing all persons with an ownership interest in the respondent. An ownership interest shall not be deemed to include ownership of stock in a publicly traded corporation or ownership of an interest in a mutual fund or trust that holds an interest in a publicly traded corporation. This affidavit is a public record. A sworn affidavit stating that no other person holds an ownership interest in the respondent via a counter letter. A list of all persons, natural or artificial, who are retained by the respondent at the time of the application and who are expected to perform work as sub contractors in connection with the respondent s work for the City Council. The Council may require information on employees or sub contractors of or ownership interests in the sub contractor. This list is a public record. The contract with the City Council shall contain a provision that in regard to any sub contractor proposed to be retained by the respondent to perform work on the contract with the City Council, the respondent must provide notice to the Election and Reapportionment Committee within thirty (30) days of retaining said sub contractor. The Council may require information on ownership interests in the sub contractor. A sworn affidavit stating that the affiant is in compliance with Section 2 8 (c) of the City Code and that no principal, member and/or officer of the contracting entity has within the preceding five (5) years been convicted of, or plead guilty to, a felony under state or federal statutes for embezzlement, theft of public funds, bribery, and/or falsification or destruction of public records. A comprehensive narrative detailing the respondent s plan to comply with the provisions of Section 70 432.1 of the Code of the City of New Orleans pertaining to local and disadvantaged business enterprise (DBE) goals for the City of New Orleans. (See # 4. below.) Name, title, address, phone number, fax number, and e mail address of the firm s principal contact person and proposed principal consultant. Professional experience and resumes of partners, principal(s), and employees in the firm who will be responsible for the activity involved in the provision of professional services to the Council through the term of the engagement, with specific concentration on the extent of experience with redistricting, census data tabulation, and procedures to define, delineate, and design geographic areas to comprise the new council districts. 2

Evidence of sufficient qualified staff to perform service in a timely manner. Demonstrated familiarity, knowledge, and understanding of the City of New Orleans, its neighborhoods, people, and diversity. Four references from clients of the applicant for whom similar projects have been performed. Availability, upon request of the Council, to present to the United States Department of Justice and any other relevant federal government entities or officials, any information concerning respondent s work products related to this contract, including methodologies employed. A Completed Consulting Services Questionnaire using the format that is attached. Any subconsultants proposed to be used must also submit a completed questionnaire which must be attached to the prime firm s questionnaire. If an association or joint venture is contemplated, the expertise of each individual firm should be clearly defined, as well as the level of involvement of each individual firm and the proposed means of coordination between firms. A joint venture will be considered a firm. ACKNOWLEDGEMENT OF EXCLUSION OF WORKERS COMPENSATION COVERAGE: Contractor must expressly agree and acknowledge that he is an independent Contractor as defined in R.S. 23:1021 (6) and as such, it will be expressly agreed and understood between the parties in entering into this professional services contract, that the City of New Orleans shall not be liable to the Contractor for any benefits or coverages as provided by the Workmen s Compensation Law of the State of Louisiana and further, under the provisions of R.S. 23:1034 anyone employed by the Contractor shall not be considered an employee of the City for the purpose of Workmen s Compensation coverage. ACKNOWLEDGEMENT OF EXCLUSION OF UNEMPLOYMENT COMPENSATION COVERAGE: Contractor must expressly declare and acknowledge that he is an independent Contractor, and as such is being hired by the City under this contract of hire as noted and defined in R.S. 23:1472 (E), and therefore, it will be expressly declared and understood between the parties in entering into this professional services contract, or contract for hire, and in connection with unemployment compensation coverage only, that: A. Contractor has been and will be free from any control or direction by the City over the performance of the services covered by this contract; and B. Service(s) to be performed by Contractor is outside the normal course and scope of the City s usual business; and 3

C. Contractor has been independently engaged in performing the service(s) listed herein prior to the date of this contract. Consequently, neither Contractor nor anyone employed by the Contractor shall be considered an employee of the City for the purpose of unemployment compensation coverage, the same being hereby expressly waived and excluded by the parties hereto. 4. Local and Disadvantage Enterprise Goals for the City of New Orleans: Pursuant to Section 70 432.1 of the Code of the City of New Orleans, the City of New Orleans has established an overall goal of 50% utilization of businesses that are locally owned and controlled for all public spending or private projects that utilize public funding and/or incentives. An overall goal of 35% is established for utilization of socially and economically disadvantaged businesses, particularly of those businesses located in storm damaged areas. DBE certification by the Sewerage and Water Board, Louis Armstrong International Airport or the City of New Orleans will be accepted. 5. Conflict of Interest Any firm providing a response to this RFP shall provide a clean and unambiguous indication of any perceived, real, or potential conflict of interest it may have with respect to performing work on behalf of the council. The Council shall make the final decision as to whether any conflicts exist. 6. Evaluation Criteria Upon receipt by the due date of proposals to this RFP, by qualified firms, the Council s Staff Selection Review Committee will evaluate all responses received based upon the criteria listed in Council Rule 45 a copy of which is attached. Particular emphasis may be placed on the following criteria: Training and experience with the type of task required. Appropriateness of plan submitted. Capability of contractor to provide staffing and support. Knowledge of local conditions. Ability to provide the work in the time period required, as evidenced by past performance and current workload. 4

Involvement of members of disadvantaged groups at the professional level. Participation by persons living and/or working in New Orleans at a professional level. The need for continuity of services and/or specialized and institutional experience and knowledge. Billing rate and/or total proposal cost. 7. Proposal Process and Submission Except as provided herein below, no written, electronic or oral communications from potential applicants regarding this RFP shall be made to any Councilmember or Council Staff person during this Request for Proposal process. Any inquiries shall be made in writing or by e mail to the Council Chief of Staff, Room 1E06, City Hall, 1300 Perdido Street, New Orleans, LA 70112 or efpugh@nola.gov. Fifteen (15) copies of the submission, including samples of work products, must be submitted in hard copy form by 3:00 p.m. on February 18, 2011 to the City Council Chief of Staff Office, Room 1E06 City Hall, 1300 Perdido Street, New Orleans, LA 70112. Where possible, an electronic version of the proposal should also be submitted to efpugh@nola.gov. A Section Review Committee composed of the Council Chief of Staff, the Council Research Officer, the Council Fiscal Officer, and/or Council Utility Regulatory Officer will review and evaluate the submissions, and select qualified proposals for referral to the Election Code and Reapportionment Committee. If more than five (5) responses are received, the Selection Review Committee shall review all responses, but it is authorized to eliminate from consideration, if it deems doing so appropriate, all but the five (5) most qualified and responsive respondents. For each submission selected for referral, the staff committee will contact one or more of the persons suggested as references. The Inspector General shall be notified in writing prior to any meeting of a selection or negotiation committee relating to the procurement of goods or services by the city, including meetings involving third party transactions. The notice required shall be given to the Inspector General as soon as possible after a meeting has been scheduled, but in no event later than twenty four hours prior to the scheduled meeting. The Inspector General may attend all city meetings relating to the procurement of goods or services as provided herein, and may pose questions and raise concerns consistent with the functions, authority and powers of the Inspector General. An audio recorder or court stenographer may be utilized to record all selection or negotiation committee meetings attended by the Office of the Inspector General. 8. Selection Process 5

The report of the Selection Review Committee will be provided to the Election Code and Re Appointment Committee. The Election Code and Reapportionment Committee may interview one or more of the respondents selected by the evaluation committee, and may then make a recommendation to the City Council. The Council, by a majority vote of its entire membership and by motion, may accept or reject the Committee s recommendation and choose one of the other firms/individuals submitted by the Selection Review Committee to the Council Committee. If a proposed contract cannot be negotiated with the firm/individual initially chosen, one of the other firms/individuals submitted by the Selection Review Committee may be chosen; and a proposed contract negotiated. If the Council does not choose one of the firms/individuals submitted by the Selection Review Committee, the Council may choose to begin the selection process again. It is anticipated that the selection process will be completed during early March 2011 and that the Council will retain the successful respondent prior to March 18, 2011. 9. Duration of Agreement The services to be provided under the terms of any agreement shall begin on such date and shall end on such date as the parties will negotiate after selection of the contractor. It is understood and acknowledged by all signers to any Agreement that work described is to be accomplished during the time period specified herein. The terms, conditions and duration of any Agreement may be modified by an executed, written amendment to any Agreement. The Contract period will be for one year from date of execution, subject to extensions based upon project status, availability of funding and contract performance. If the contract is extended, the terms including the scope of services and compensation rate and maximum payment, will be subject to revision by mutual, negotiated agreement of the parties. In the event that a contract extension is considered, the rate of compensation, the scope of services, and maximum compensation shall be negotiated between the City Council and the Contractor. However, the City Council reserves the right to refuse contract extensions without cause. 10. Cancellation Either party to any Agreement may terminate said Agreement at any time during the term of the Agreement by giving the other party written notice of said intention to terminate at least thirty (30) days before the date of termination. 11. Indemnification The Contractor shall indemnify and hold harmless the City Council against any and all claims, demands, suits, judgments of sums of money to any party accruing against the City Council for loss of life or injury or damage to persons or property growing out of, resulting from, or by reason of any act or omission of 6

the operation of the Contractor, his agents, servants or employees while engaged in or about or in connection with the discharge or performance of the services to be done or performed by the Contractor hereunder, and shall also hold harmless from any and all claims and/or liens for labor, services, or materials furnished to the Contractor in connection with the performance of his obligations under this agreement. 12. Questions All questions relating to this RFP shall be in writing and must be received to the attention of Council Chief of Staff, City Hall, Room 1E06, 1300 Perdido Street, New Orleans, LA 70112 (fax 504 658 1089) by no later than seven (7) days prior to the Due Date February 18, 2011. All responses will be provided in writing. During this selection process, no other written or oral communications from potential respondents regarding this RFP shall be made to any Councilmember or City employee other than as provided for herein. 13. Additional Information The City of New Orleans is not liable for any costs incurred prior to entering into a formal written contract. Any costs incurred in the preparation of the statement, interview, or other pre contract activity are the responsibility of the person submitting the statement. All submissions become the property of the City and as such are public information. The City will assert ownership of all work products. The contractor will invoice the City Council on a monthly basis during the term of the contract. Work shall be detailed in increments of one tenth of an hour. The contract shall contain a provision that any subcontractor proposed to be retained by the respondent to perform work on the contract with the City Council must be approved in advance of such retention by Motion of the Council. The Council may require information on ownership interests in the subcontractor prior to approval of the sub contractor s retention. Section 9 1120, Chapter 2 of the Code of the City of New Orleans, relative to the Office of Inspector General provides in part as follows: Every city contract and every bid, proposal or solicitation for a city contract, and every application for certification of eligibility for a city contract or program shall contain a statement that the corporation, partnership, or person understands and will abide by all provisions of this chapter. 7