RFP Com 01 2025 1
RFP Com 01 2025 1
List of Appendices
APPENDIX A – Form of Offer
APPENDIX B – References
APPENDIX C – Sub-Consultants
1-1 | P a g e
1.1. Invitation to Proponents
The Nation Municipality, the Township of Champlain, the Township of Alfred and
Plantagenet, and the City of Clarence-Rockland are seeking proposals from qualified
proponents (“Proponents”) to provide website redesign, implementation, hosting, and
technical support services to each Corporation (“Corporations”) as set out in this Request
for Proposal (“RFP”). This RFP is prepared and issued by The Nation Municipality.
1.2. Definitions
“Agreement” – The finalized contract between a Corporation and the selected Proponent.
“Contract Period” – The duration for which the agreement remains in effect.
“FIPPA” – Freedom of Information and Protection of Privacy Act, governing access to public
records and privacy.
“RFP” – Request for Proposal, a document soliciting bids for a project or service.
1-2 | P a g e
• APPENDIX B – References
• APPENDIX C – Sub-Consultants
• APPENDIX D – Pricing Summary
• APPENDIX E – Proposal Cover Sheet
This RFP represents a collaborative initiative among multiple municipal corporations, each
seeking to modernize their web presence. While this is a group RFP, it is critical to note that
each participating entity will require a unique website solution, customized design, and
separate contract to meet their specific needs, branding, and functional requirements.
Each municipality’s website will be hosted under its own independent environment,
ensuring full data segregation, independent domain management, and compliance with
Canadian data sovereignty laws. Dedicated hosting will prevent cross-municipal
dependencies, ensuring performance and security integrity.
1-3 | P a g e
b. Multi-Language Support: Inadequate multi-language functionalities hinder
municipalities' ability to effectively serve their diverse communities. Seamless
bilingual integration is critical to addressing this gap.
c. Timely and Effective Support: Limited internal resources make it difficult for small
teams to resolve technical issues quickly, leading to service disruptions and
inefficiencies. Faster response times, proactive issue resolution, and reliable
ongoing support are crucial to maintaining seamless operations.
d. Bilingual Service: Given the bilingual nature of our communities, municipalities
prefer to work with a provider that offers bilingual (English and French) or French-
speaking support to ensure full comprehension of cultural and operational needs.
1.4.2.2. Expectations
To address these challenges and align with the needs of small teams managing local
government websites, the successful vendor must demonstrate the following capabilities:
c. Building a future-ready platform that meets both current and evolving needs.
1-4 | P a g e
1.4.3.1. Usability
• Make it easy for customers (residents, businesses, visitors, intergovernmental
partners, and other interested parties) to navigate and find information and
services.
• The website must be AODA compliant with WCAG. Level AA 2.0 (or higher) and
viewable/navigable on multiple platforms (including smart phones and tablets),
resolutions and web browsers using responsive web design.
• Design and function should be focused on intuitive and familiar navigation
mechanisms and prominently feature high-priority or targeted content for the
various website user audiences.
• The site must enhance integration with interactive applications such as social
media.
• Users will be able to create a personalized experience based on their preferences.
1.4.3.2. Sustainability
• Develop an information architecture that is efficient, easily understood, and
sustainable by staff in the future.
• Implement a content management solution that can be maintained by both
experienced web development staff as well as business users with no coding
experience. Necessary functionality includes: the creation of templates, WYSIWYG
editing to facilitate content management by novice users, ADOA compliance,
responsive design, content approval workflows and search engine friendly URL
aliasing.
1.4.3.3. Flexibility
• Develop a framework that allows for regular site re-fresh cycles to maintain user
interest and excitement.
1.4.3.4. Marketing/Branding
• The websites help promote the Corporations’ goals, identities and messages.
Webpages are visited by prospective businesses and prospective residents and the
redesigned websites need to be representative of the dynamic communities and the
vibrant economy.
Mission: The Nation Municipality is committed to harmonizing its urban and rural
communities by transparency, inclusion and economic development while encouraging
growth in its healthy and active communities.
The current website lacks the necessary structure and flexibility to effectively serve its
purpose as a government resource. It fails to provide the organization and adaptability
required to properly display important and useful information to residents and the public.
Preferred Design and Functionalities: The Nation Municipality has identified four (4)
websites that exemplify the design and functionalities they are seeking. These examples
serve as a reference for the desired aesthetic, usability, and feature set, and should not be
relied on or used for any other purpose other than for reference:
1-6 | P a g e
the Township of North Plantagenet, and the Village of Plantagenet. Today, the municipality
is comprised of seven villages – Alfred, Curran, Lefaivre, Pendleton, Plantagenet, Treadwell,
and Wendover – and stretches over 392.31 km2.
Preferred design and functionalities: The Township of Alfred and Plantagenet is seeking a
website with a sleek aesthetic appealing to modern needs, which offers the freedom of
customization in a user-friendly package while remaining impeccably compliant with
evolving accessibility requirements. The following websites serve as examples of the type
of design or functionalities the Township is seeking, and should not be relied on or used for
any other purpose other than for reference:
• Ville de Lévis
• City of Toronto
• Town of Oakville
1-7 | P a g e
Clarence-Rockland is committed to delivering high-quality services that enhance the well-
being of its residents, businesses, and visitors.
Our current website is built on a proprietary platform, and we would like more flexibility
with open-source solutions. While it has served as a primary source of municipal
information, it lacks the flexibility and scalability required to meet the growing expectations
of our community. The new website must prioritize accessibility, ease of navigation, and a
user-friendly experience to ensure residents can quickly and efficiently access the
information and services they need.
We are looking for a development partner that understands the unique requirements of a
municipal website and can provide long-term support as we enhance our online services to
better serve Clarence-Rockland.
• Mission: To lead the delivery of quality and efficient services that establish our
Township as a welcoming, healthy community for residents, businesses and
visitors.
• Vision: The Township of Champlain is dedicated to a safe and prosperous
community, and a quality lifestyle achieved through our collective, caring
leadership, and our bilingual heritage.
• Values:
o Transparency and Accountability
o Respectful, Healthy and Safe Workplace
o Leadership
o Service Excellence, Professionalism and Efficiency
1-8 | P a g e
The current Township of Champlain website at www.champlain.ca is powered by ICreate
since 2018. The website consists of approximately 950 pages (500 of these are pages from
our news feed). Despite the redesign in 2018, various functional and compliance issues
have persisted. Champlain Township appreciates the minimalist look and design of their
current website. The need to change arises from the aforementioned issues, not from
dissatisfaction with the website's aesthetics.
Preferred Design and Functionalities - Champlain Township has identified websites that
exemplify the design and functionalities they are seeking. These examples serve as a
reference for the desired aesthetic, usability, and feature set, and should not be relied on or
used for any other purpose other than for reference:
• Renfrew
• Township Of King
• City of London
• Ville de Saint-Lambert
a. The Corporations may choose to enter a contract for an initial three-year term,
beginning on the award date and ending on the date specified in the written
confirmation. After this initial term, the Corporations may extend the agreement on
an annual basis on mutually agreeable terms.
b. Alternatively, the Corporations may opt for a one-year initial contract, commencing
upon the completion of the new website roll-out. At the end of this term, the
Corporations will have the option to renew the agreement annually on mutually
agreeable terms.
Complete the website redesign, implementation, hosting, and technical support services
for all of the Corporations, being The Nation Municipality, the Township of Alfred and
Plantagenet, the City of Clarence-Rockland, and the Township of Champlain.
1-9 | P a g e
• Meeting Locations: Development meetings can be conducted either in person at
each Corporation’s Town Hall, located in the United Counties of Prescott and
Russell, or online via video conference, depending on the Agency's location and
convenience.
• Frequency: Regular meetings will be scheduled to review the project progress,
discuss any issues or changes, and ensure that the development is on track. The
exact frequency of these meetings will be determined based on project needs and
mutual agreement between the Corporations and the Agency.
• Participants: Representatives from the Corporations and the Agency's project team
will participate in these meetings. Key stakeholders and technical experts may be
involved as needed to provide insights and make informed decisions.
• Agenda and Documentation: Each meeting will have a predefined agenda to cover
all critical aspects of the project. Meeting minutes and action items will be
documented and shared with all participants to ensure clear communication and
follow-up on tasks.
By facilitating regular and effective communication through these meetings, the project
aims to maintain alignment with goals, address any challenges promptly, and ensure the
successful development and launch of the new websites.
1.5.2.2. Bilingualism
a. At this time, the Corporations’ websites are bilingual, running parallel language sites
in French and English. To keep our site easy for residents, there must be a button to
link each page to the alternate language page for that particular content, such as
1-10 | P a g e
our current website. This feature must be available for the Corporations to use and
implement on both existing and new pages.
1.5.2.5. CMS
a. The websites are required to have a friendly end-user CMS that is powerful but easy
to learn. Must be able to be maintained by Municipal staff who have no coding
experience. The solution must be flexible and scalable to allow Municipal staff to
add, change and delete content (visual and text) at any point in time, as well as to
1-11 | P a g e
maintain current online Municipal services and add additional services and
technology at a future date.
b. The CMS must have a “restore previous version” for each page.
c. The CMS solution must be hosted in Canada.
d. The CMS manufacturer shall provide corporate technical support to the
Corporations.
e. Easy setup of short URLs, friendly URLs, or URL re-directs.
f. Broken URL link reports, potentially with notification to the Webmaster.
g. The CMS must enable user and/or role based permissions to be configured in order
to control what system features and data users can access, in addition to a history
log that lists recent page update details.
h. The platform must allow the Corporations to easily change the content. This
includes the ability to modify, add, or delete menus. The content management
system should be user-friendly and intuitive, enabling non-technical staff to make
updates without requiring extensive technical knowledge.
i. The CMS must support multi-tenancy while ensuring full segregation between
municipal sites. Each municipality will have dedicated administration controls,
preventing any cross-site influence on content management, permissions, or
backend systems.
j. The CMS must support SSL/TLS encryption at all levels, ensuring end-to-end
security from content management to public access. All administrative portals must
require secure HTTPS connections with multi-factor authentication (MFA) to prevent
unauthorized access.
1.5.2.8. Integrations
a. Social Media Feeds (Facebook, Instagram, X)
b. Seamless integration of YouTube videos into our website
c. Escribe
d. Brecken
e. BCiti
f. Municipal Management Software like PSD City Wide
g. Work Order and Request from the public
h. Building Permit
i. Inspection
j. Planning Application
k. Asset Management Plan
l. Patrol
m. Permit Application (Dog tag, fire permit, fence permit)
n. Facility Booking
1-13 | P a g e
1.5.2.9. Statistics and Analytics
a. Agency must implement Google Analytics onto the website to track navigation
patterns and other useful statistics in order to make any required adjustments to the
website.
b. Each municipality’s website analytics will be independently configured to track user
interactions, ensuring insights remain separate while maintaining compliance with
Canadian privacy laws. This will prevent cross-data contamination between
municipal sites.
1-14 | P a g e
1.5.3. Deliverables
DELIVERABLES RESPONSIBLE
Writing and Web Content Corporations
WCAG 2.0 AA Accessible Content Corporations
Content Translation Corporations
Intellectual Property Corporations
Modules Configuration Agency
HTML Integration Agency
Site Hosting Agency
Updates and Maintenance Agency
Basic Content Integration (text and tags) Agency
Web Graphic Design Agency
Search engine and SEO (Google Search) Agency
Integration and Respect of Visual Identity Agency
Statistics Management (Google Analytics) Agency
Search Engine Optimization Strategy Agency
Technical Support and User Manual Agency
Phase 1 will begin in 2025, with the City of Clarence-Rockland’s website being developed
and launched before September. The Nation Municipality’s website will be developed at
the end of 2025 and launched at the start of 2026.
Phase 2 will follow in 2026, completing the project with the development and launch of
websites for the Township of Champlain and the Township of Alfred-Plantagenet.
Please note that these phases and timelines are subject to change based on the selected
agency’s capabilities and team size. Adjustments may be made to ensure the highest
quality and efficiency in the development process.
1.7. Pricing
Each Corporation has anticipated between $50,000 and $75,000 for the services. Any
Proposal that surpasses this anticipated amount must be approved by each Council, and
may be rejected.
1-15 | P a g e
Proponents must list in the Appendix D – Pricing Summary any additional features,
services, or solutions suggested by the proponent that could assist each Corporation in
achieving its vision for the project.
ITEM DEADLINE
Issue Date of RFP Thursday, February 20th, 2025
Proponent’s Deadline for Questions Tuesday, March 4th, 2025, at 11 a.m. (ET)
Deadline for Issuing Addenda Friday, March 7th, 2025
Proposal Submission Closing Tuesday, March 18th, 2025, at 11 a.m. (ET)
Proponent Selected Monday, May 4th, 2025
1.11.2. Inquiries
1.11.2.1 Inquiry Submission:
All inquiries related to this RFP must be submitted exclusively through the Bids &
Tenders Platform. No questions will be answered via email or phone.
1-16 | P a g e
1.11.2.2 Deadline for Inquiries:
Inquiries must be received no later than 11:00 a.m. (ET) on March 4, 2025, to allow
sufficient time for issuing any necessary addenda.
1-17 | P a g e
SECTION 2 – Information for Proponents
Table of Contents
2.1. Statement of Compliance ........................................................................................ 3
2.2. Proposal Format ...................................................................................................... 3
2.3. Proposals in English ................................................................................................. 3
2.4. Proposal Preparation ............................................................................................... 3
2.4.1. Qualifications ................................................................................................ 3
2.4.2. File 2 – Price .................................................................................................. 4
2.4.3. Proposal Submission ..................................................................................... 4
2.5. Disqualification of Proposals .................................................................................... 5
2.6. Withdrawal or Qualifying of Proposals ...................................................................... 5
2.7. Reserved Rights of the Corporations ......................................................................... 5
2.8. Proponents to Obtain RFP only Through Bids and Tenders.......................................... 7
2.9. All New Information to Proponents by way of Addenda .............................................. 8
2.10. Proponents Shall Bear Their Own Costs .................................................................. 8
2.11. Proponents to Review the RFP Documents.............................................................. 8
2.12. Proposal Validity Period .......................................................................................... 9
2.13. Acceptance or Rejection of Proponent .................................................................... 9
2.14. Procurement Process Non-Binding ......................................................................... 9
2.15. Basis of Selection .................................................................................................. 9
2.16. Selection Process .................................................................................................10
2.17. Selection of Proponent..........................................................................................10
2.18. Notification to Other Proponents ...........................................................................10
2.19. Debriefing.............................................................................................................10
2.20. Failure to Enter into Agreement .............................................................................10
2.21. Retainer and Status of Agency ...............................................................................10
2.22. Services ...............................................................................................................11
2.23. Compensation ......................................................................................................11
2-1 | P a g e
2.24. Staff and Methods.................................................................................................11
2.25. Changes and Additional Services ..........................................................................11
2.26. Suspension or Termination ....................................................................................11
2.27. Indemnification ....................................................................................................12
2.27.1. Corporation Provided Information ................................................................12
2.28. Force Majeure.......................................................................................................13
2.29. Insurance .............................................................................................................13
2.30. Conflict of Interest ................................................................................................15
2.31. Assignment ..........................................................................................................15
2.32. Previous Agreements ............................................................................................15
2.33. Approval by Other Authorities ................................................................................16
2.34. Review .................................................................................................................16
2.35. Publication ...........................................................................................................16
2.36. Confidential Information .......................................................................................16
2.37. Municipal Freedom of Information and Protection of Privacy Act .............................16
2.38. Time .....................................................................................................................17
2.39. Occupational Health and Safety ............................................................................17
2.40. Workplace Safety and Insurance Board (WSIB) and Worker Rights ...........................17
2.41. Accessibility for Ontarians with Disabilities Act (AODA) and Web Content
Accessibility Guidelines (WCAG).............................................................................18
2.42. Replacement of Personnel and/or Sub-Agencies ....................................................18
2.43. Successors and Assigns ........................................................................................18
2.44. Fraud or Bribery ....................................................................................................19
2.45. Award...................................................................................................................19
2.46. Severability ...........................................................................................................19
2-2 | P a g e
2.1. Statement of Compliance
The Proponent(s) shall certify by signature(s) on Form of Offer – Appendix A that it has "No
exception" to any of the clauses of the Proposal. If the Proponent(s) has/have an
"Exception", they shall state the exception and include an explanation of same on its/their
letterhead which shall be attached to the Form of Offer – Appendix A. Any Proponent who
indicates an “Exception” may have their proposal rejected, in the sole discretion of the
Corporations.
Proposals should be on 8½” x 11” pages and must not exceed 20 single-sided pages in 12-
point Arial font. Spreadsheets may be submitted on 11” x 17” pages. Any documentation
exceeding the maximum page count may not be considered. The Mandatory Submission
Requirements documents will not be included in the page limit count.
2-3 | P a g e
o Appendix B – References
o Appendix C – Sub-Consultants
• Rated Requirements
o Proposal Document
Information provided by the Proponent in the Qualification File will only be used for the sole
purpose of determining the Proponents experience and qualifications. Information
submitted will be subject to verification, and further pertinent information may be obtained
from references. Reference checks by the Corporations may not be limited to those listed
in the Proponent’s submission. Proponents should clearly identify the information provided
in their submission which the Proponent considers Confidential or Proprietary so that the
Corporations can take the necessary steps to protect the information, in the event that the
document becomes the subject of a Municipal Freedom of Information and Protection of
Privacy Act (“MFIPPA”) request. The Proponent acknowledges that the Corporations are
subject to disclosure under the MFIPPA.
Proponent should password protect this file, such that it cannot be opened without the
password. The password should not be provided to the Corporations with the proposal
submission. Once Proponent’s have passed Stage 2, the RFP Contracting Authority will
contact the Proponent to obtain the password to open the Price File.
Each required file should be attached as a separate file. The RFP Contracting Authority
shall not be responsible for any technical problems regarding the submissions, or if the
submission is not submitted through the Bids & Tenders platform. Late submissions may
not be considered.
2-4 | P a g e
2.5. Disqualification of Proposals
Under no circumstances will Proposals be considered if they are received after the
Proposal Submission Closing Date and time as defined in Section 1 – Terms of Reference,
as recorded by the RFP Contracting Authority.
A Proponent may withdraw its Proposal at any time up to the official closing time by
submitting a letter bearing the Proponent’s signing officer’s signature as in its Proposal to
be sent to the Contracting Authority. Such a submission, at the location stated in Section 1
– Terms of Reference for the receipt of Proposals must be received in sufficient time to be
marked with the time and date of receipt before the designated Proposal closing time. The
Proponent shall show its name, the name of the project and the Agreement number(s) on
the file name containing such letter. No fax transmissions or telephone calls will be
considered. No withdrawal of a Proposal is permitted after the Proposal Submission
Closing Date and time.
2-5 | P a g e
j. require one or more respondents to supply, clarify or provide additional information
in order for the municipalities to evaluate the proposals submitted;
k. waive any informalities or irregularities in the submittals or to re-advertise;
l. select any Proponent other than the Proponent whose Proposal reflects the lowest
cost to the Corporations or the highest score;
m. make public the identity of any or all Proponents;
n. request written clarification or the submission of supplementary written
information from any Proponent and incorporate a Proponent’s response to that
request for clarification into the Proponent’s proposal;
o. issue the Request for Proposals to other prospective proponents at any time;
p. disqualify any Proponent whose proposal contains a misrepresentation or any other
inaccurate or misleading information or disqualify such proposal;
q. disqualify any Proponent or the proposal of any Proponent who has engaged in
conduct prohibited by this Request for Proposal;
r. make changes, including substantial changes, to this Request for Proposal
provided that those changes are issued by way of addenda in the manner set out in
this Request for Proposal;
s. select any Proponent other than the Proponent whose proposal reflects the lowest
cost or the highest scored to the Township or the highest overall evaluation;
t. accept alternates and substitutions in any order or combination the Corporations,
at their sole discretion, may decide;
u. after the deadline for submission of proposals, engage in direct discussions or
direct negotiations with any Proponent or with more than one Proponent at the
same time or at different times;
v. after the deadline for submission of proposals, discuss with any Proponent different
or additional terms to those contemplated in this Request for Proposal or in any
proposal; and
w. if only one proposal is received, reject the proposal of the sole Proponent and
cancel this Request for Proposals or enter into direct negotiations with the sole
Proponent.
These reserved rights are in addition to any other express rights or any other rights which
may be implied in the circumstances and the Corporations shall not be liable for any
expenses, costs, losses or any direct or indirect damages incurred or suffered by any
2-6 | P a g e
Proponent or any third party resulting from the Corporations exercising any of its express or
implied rights under this RFP.
The Corporations reserve the right to consider, during the evaluation of proposals, all or
some of the following criteria in assessing a proposal, none of which shall be binding on the
Corporations;
By submitting its Proposal, the Proponent authorizes the collection by the Corporations of
the information set out under (g) and (h) in the manner contemplated in those
subparagraphs.
For technical information about the electronic tendering system, send an e-mail
support@bidsandtenders.ca.
A Proponent who has not obtained this RFP through Bids & Tenders may have its Proposal
disqualified unless a third party has requested this RFP from Bids and Tenders on that
Proponent’s behalf and that
Proponent has identified the third party on their Appendix E - Proposal Cover Sheet. Failure
to identify the third party in this manner may result in disqualification of the Proposal.
2-7 | P a g e
2.9. All New Information to Proponents by way of Addenda
This RFP may only be amended by an addendum in accordance with this subsection. If the
Corporations, for any reason, determine that it is necessary to provide additional
information relating to this RFP, such information will be communicated to all Proponents
by addenda by way of Bids & Tenders. Each addendum shall form an integral part of this
RFP. Such addenda may contain important information including significant changes to
this RFP. Proponents are responsible for obtaining all addenda issued by the Corporations.
In the space provided in Appendix A - Form of Offer, Proponents shall confirm their receipt
of all addenda by setting out the number of each addendum.
Proponents who intend to respond to this RFP are requested not to cancel the receipt of
addenda or amendments option provided by Bids & Tenders, since they must obtain
through Bids & Tenders all of the information documents that are issued through Bids &
Tenders. In the event that a Proponent chooses to cancel the receipt of addenda or
amendments option, its Proposal may be rejected.
b) may direct questions or seek additional information in writing to the RFP Contact
through the Bids & Tenders platform only. All questions shall be submitted by Proponents
before the Deadline for Questions. No communications are to be directed to anyone other
than the RFP Contracting Authority. The Corporations is under no obligation to provide
additional information but may do so at its sole discretion. It is the responsibility of the
Proponent to seek clarification from the RFP Contracting Authority on any matter it
considers to be unclear. The Corporations shall not be responsible for any
misunderstanding on the part of the Proposal concerning the RFP or its process.
The contact information of the RFP Contracting Authority for this project is provided in
Section 1 - Terms of Reference.
2-8 | P a g e
2.12. Proposal Validity Period
Proposals shall remain valid and open for acceptance by the Corporations for a period of
sixty (60) calendar days following the due date for receipt of proposals.
a. this RFP will not give rise to any Contract A-based tendering law duties or any other
legal obligations arising out of any process contract or collateral contract; and
b. neither the Proponent or the Corporations will have the right to make any claims (in
contract, tort, or otherwise) against the other with respect to the award of a
contract, failure to award a contract or failure to honor proposal submitted in
response to this RFP.
2-9 | P a g e
2.16. Selection Process
An evaluation team will review all proposals received and score the proposals using a
"consensus" approach in relation to the identified criteria and points. An award may be
made solely on the basis of the proposal submission, without a meeting with the Agency.
However, one or more Agencies may be invited to attend a formal interview with the
evaluation team or provide written clarification on their Proposal. This formal interview, if
applicable, would be scheduled within the two weeks following closing. Final scoring will
remain confidential. However, the Contracting Authority may provide feedback, when
requested, to individual Agencies on each evaluation category. This feedback may only be
provided following the award of the contract.
2.19. Debriefing
Proponents may request a debriefing after receipt of a notification of award. All requests
must be in writing to the RFP Contracting Authority and must be made within sixty days of
notification of award. The intent of the debriefing information session is to aid the
Proponents in presenting a better Proposal in subsequent procurement opportunities. Any
debriefing provided is not for the purpose of providing an opportunity to challenge the
procurement process.
2-10 | P a g e
Corporation. The Agency is retained as an independent Agency for the sole purpose of
providing the services. Neither the Agency nor any of its personnel are engaged as an
employee, servant, or agent of the Corporations.
2.22. Services
The Services to be provided by the Agency to the Corporation are set forth in the Terms of
Reference and the Proposal, as amended by the Purchase Order, and such Services as
changed, altered, or added to, under the provisions of this Agreement are hereinafter
called the “Services”. All Services shall be performed by staff of the Agency, or sub-
Agencies identified within the final accepted Proposal. The Agency shall not engage others
to perform specialized services unless prior approval, in writing, is obtained from the
Corporation.
2.23. Compensation
The Corporation shall pay the Agency in accordance with the provisions set forth in this
Agreement. All invoicing and payments shall be in Canadian dollars.
Any expenses incurred as a result of non-compliance by the Agency with the terms and
conditions, including but not limited to Section 21 - Accessibility for Ontarians with
Disabilities Act and Website (iv), will be deducted from the final payment.
2-11 | P a g e
receipt of such written notice, the Agency shall perform no further Services other than
those reasonably necessary to close out the Services.
If the Agency is practicing as an individual and dies or becomes incapacitated before the
Services have been completed, this Agreement shall terminate as of the date of death, or
incapacity, as applicable, and the Corporations shall pay for the Services rendered and
disbursements incurred by the Agency to the date of such termination.
2.27. Indemnification
The Agency shall defend, indemnify and save harmless all Corporations and its elected
officials, officers, employees, and agents from and against any and all claims of any nature,
actions, causes of action, losses, expenses, fines, costs (including legal costs), interest or
damages of every nature and kind whatsoever, including but not limited to bodily injury,
sickness, disease or death or to damage to or destruction of tangible property including
loss of revenue or incurred expense resulting from disruption of service, arising out of or
allegedly attributable to the negligence, acts, errors, omissions, misfeasance,
nonfeasance, fraud or willful misconduct of the Agency, its directors, officers, employees,
agents, Agencies and sub-Agencies, or any of them, in connection with or in any way
related to the delivery or performance of this Contract. This indemnity shall be in addition
to and not in lieu of any insurance to be provided by the Agency in accordance with this
Contract and shall survive this Contract.
The Agency agrees to defend, indemnify, and save harmless the Corporations and against
any and all claims of nature, actions, causes of action, losses, expenses, fines, costs
(including legal costs), interest or damages of every nature and kind whatsoever arising out
of related to the Agency’s status with WSIB. This indemnity shall be in addition to and not in
lieu of any proof of WSIB status and compliance to be provided by the Agency in
accordance with this Contract and shall survive this contract.
2-12 | P a g e
accept full responsibility for the accuracy of all information and data that it provides to the
Agency.
• the negligence or willful misconduct of the party claiming Force Majeure or those for
whom it is responsible at law;
• any act or omission by the party claiming Force Majeure (or those for whom it is
responsible at law) in breach of the provisions of this Agreement;
• lack or insufficiency of funds or failure to make payment of monies or provide
required security.
Provided further that, in the case of an event of Force Majeure affecting the Agency, the
Agency notifies the Corporations as soon as possible and in any event within five (5)
working days following the date upon which the Agency first becomes aware (or should
have been aware, using all reasonable due diligence) of such event so that the
Corporations may verify same.
In any such event, the Agencies agreement and price and schedule shall be equitably
adjusted based on the actual work authorized and performed satisfactorily, and the rates
agreed to in the agreement.
2.29. Insurance
1. Without restricting the generality of the Indemnification provisions, the Agency
shall, during the term of this Agreement, provide, maintain and pay for:
a. Commercial General Liability Insurance Issued on an occurrence basis for
an amount of not less than $5,000,000 per occurrence/$10,000,000 annual
aggregate for any negligent acts or omissions from the Agency relating to its
obligations under this Agreement. Such insurance shall include, but is not
limited to bodily injury and property damage including loss of use; personal
2-13 | P a g e
injury and advertising injury; contractual liability; premises, property and
operations; non-owned automobile, broad form property damage; owners
and Agencies protective; occurrence property damage; products and
completed operations; employees as Additional Insured(s); contingent
employers’ liability; tenants legal liability; cross liability and severability of
insurance clause.
b. All insurance shall add the Corporations as Additional Insured with respect
to the Operations of the Bidder. This insurance shall be non-contributing
with and apply as primary and not as an excess of any insurance available to
the Corporations.
c. Automobile liability insurance with respect to owned or leased vehicles used
directly or indirectly in the performance of the services covering liability for
bodily injury, death and damage to property with a limit of not less than
$5,000,000 inclusive for each loss.
d. Professional Liability (errors and omissions) insurance coverage shall be
obtained for the limit of not less than $2,000,000. If such insurance is issued
on a claims-made basis, coverage shall contain a 24-month extended
reporting period or be maintained for a period of two years subsequent to the
conclusion of services under this Agreement.
e. Cyber liability/Network Security coverage shall be obtained for the limit of
not less than $2,000,000. If such insurance is issued on a claims-made
basis, coverage shall contain a 24-month extended reporting period or be
maintained for a period of two years subsequent to the conclusion of
services under this Agreement. Coverage is to respond to but not be limited
to the following occurrences:
• Privacy violations including but not limited to unauthorized
access to or dissemination of private information; failure to
properly handle, manage, store, destroy or control personal
information and include the failure to comply with privacy laws
and their respective regulations, regarding the collection, access,
transmission, use and accuracy. Coverage shall extend to include
the costs associated with notification of affected parties,
regardless if required by statute as well as any fines or penalties
or costs imposed as a result of the breach including defense of
any regulatory action involving a breach of privacy.
2-14 | P a g e
• Network Security to protect against incidents arising from system
security failures such as, but not limited to, unauthorized access,
theft or destruction of data, electronic security breaches, denial
of service, spread of virus within the Contractor’s computer
network or other third-party computer information systems and
will further include expenses related to third-party computer
forensics.
• Data Breach Expenses including crisis management and credit
monitoring expenses related to electronic and non-electronic
breaches.
2. The successful Proponent shall provide a Certificate of Insurance evidencing
coverage in force at least 14 days prior to contract commencement.
3. If the Corporations request to have the amount of coverage increased or to obtain
other special insurance for the Services for the Project, then the Agency shall
endeavor forthwith to obtain such increased or special insurance at the
Corporations’ expense.
4. All above policies shall contain an endorsement to provide the Corporations with
thirty (30) days prior written notice of cancellation or of a material change that
would diminish coverage.
2.31. Assignment
Neither party may assign this Agreement or any portion thereof without the prior consent in
writing of the other.
2-15 | P a g e
2.33. Approval by Other Authorities
Where either the Services of the Agency is subject to the approval or review of an authority,
government department, or agency other than the Corporations, such approval or review
shall be obtained through the offices of the Corporations and unless authorized by the
Corporations in writing, such approval or review shall not be obtained by direct contact by
the Agency with such other authority, government department or agency.
2.34. Review
The Corporations, or persons authorized by the Corporations, shall have the right, at all
reasonable times, to review the Services performed.
2.35. Publication
The Agency shall obtain the consent in writing of the Corporations before publishing or
issuing any information regarding the Services.
By submitting any Personal Information requested in this RFP, Proponents are agreeing to
the use of such information as part of the evaluation process, for any audit of this
procurement process and for contract management purposes. Where the Personal
Information relates to an individual assigned by the successful Proponent to provide the
2-16 | P a g e
Deliverables, such information may be used by the Corporations to compare the
qualifications of such individual with any proposed substitute or replacement. If a
Proponent has any questions about the collection and use of Personal Information
pursuant to this RFP, questions are to be submitted to the RFP Contracting Authority.
2.38. Time
The Agency shall perform the Services expeditiously to meet the requirements of the
Corporations and shall complete any portion or portions of the Services in such order as
the Corporations may require.
The Agency shall perform all the Services required under this Agreement by the date or
dates stated in the RFP.
The Agency shall assume all responsibilities and obligations imposed upon them by virtue
of the Occupational Health and Safety Act.
2.40. Workplace Safety and Insurance Board (WSIB) and Worker Rights
The submission shall include a current and valid WSIB Clearance Certificate (or other
Provincial equivalent) to the satisfaction of the Corporations and have its validity updated
as necessary.
The Agency shall ensure they retain WSIB coverage and are in good standing for the
duration of the Contract. Prior to the release of any portion of the holdback, the Agency
shall provide to the Corporations, a Clearance Certificate for the Workplace Safety and
Insurance Board with the effective date following the completion of the Contract.
The Agency shall abide by the hours of Work and minimum wage rates for occupations
involved in accordance with the regulations of the Ministry of Labour and/or other
appropriate legislation of the Province of Ontario, and/or the Government of Canada.
The Agency shall be responsible for and shall pay any dues and assessments payable
under The Workplace Safety & Insurance Act, The Unemployment Insurance Act or any
other Act, whether Provincial or Dominion in respect to all employees or operators. The
Agency shall, upon request, furnish the Corporations with satisfactory evidence that he has
complied with the provisions of any such Act.
2-17 | P a g e
2.41. Accessibility for Ontarians with Disabilities Act (AODA) and Web Content
Accessibility Guidelines (WCAG)
All Agencies performing work for the Corporations must comply with the Accessibility for
Ontarians With Disabilities Act (AODA), 2005, in particular the Integrated Accessibility
Standards, O. Reg. 191/11.
Without limitation, all contractors performing work for the Corporations shall maintain
training records with respect to all accessibility standards training provided as prescribed
in the Regulations under the AODA and in the Human Rights Code, including dates when
training is provided, the number of personnel who received training, and individual training
records.
Unless determined by the Corporations to not be practicable, Agencies shall ensure that
any information, products, deliverables and/or communication (as defined in the
Integrated Regulation), including future updates, produced pursuant to a Contract shall be
in conformity with Web Content Accessibility Guidelines 2.0 Level AA and shall be
provided in accessible Word, Excel, PowerPoint, PDF or other electronic format.
If at any time, the Agency is unable to provide the services of any specific person named in
the Contract, it shall provide a replacement person who is of similar ability and attainment.
The Agency shall, before replacing any specific person named in the Contract, provide
notice in writing to the Corporations. The replacement must be acceptable to the Project
Manager.
2-18 | P a g e
2.44. Fraud or Bribery
Should the Agency or any of his/her agents give or offer any gratuity to or attempt to bribe
any member of the awarding body, officer or servant of the Corporations, or to commit
fraud against the Corporations, the Corporations shall be at liberty to declare the proposal
void forthwith, or to take the whole or any part of the contract out of the hands of the
Agency and to invoke the provisions of termination.
2.45. Award
Any award resulting from this Request for Proposal will be in accordance with The Nation
Municipality’s Procurement By-Law 103-2024, the Township of Champlain's Procurement
By-Law 2019-57, the City of Clarence-Rockland’s Procurement By-Law 2022-67 and the
Township of Alfred and Plantagenet’s Procurement and Tendering By-Law 2014-43, and
may be subject to each Corporations’ Council approval.
2.46. Severability
If any provision of this Contract becomes illegal or unenforceable in whole or in part, the
remaining provisions shall nevertheless be valid, binding, and subsisting.
In the event that Proponent with the highest ranking and the Corporation fail to agree on a
scope and fee for the services to be provided, negotiations will be terminated by the
Corporations. The Proponent with the second highest ranking may then be invited to
participate in the negotiation process. The process may be repeated as often as necessary.
2-19 | P a g e
Section 3 – Evaluation Grid
Table of Contents
3.1. Stage 1 - Form of Offer ............................................................................................. 2
3.2. Stage 2 – Evaluation of Rated Requirements.............................................................. 2
3.2.1. Design, Software and Creativity ...................................................................... 2
3.2.2. Proponent’s Experience and Qualifications ..................................................... 2
3.2.3. Project Management and Methodology ........................................................... 3
3.2.4. Overall Presentation ...................................................................................... 5
3.2.5. Pass Grade .................................................................................................... 5
3.2.6. Additional Information ................................................................................... 5
3.3. Stage 3 – Evaluation of Pricing .................................................................................. 6
3-1 | P a g e
3.1. Stage 1 - Form of Offer
EVALUATION CRITERTIA PASS OR FAIL
Mandatory forms checklist
Proponent information
Proponent acknowledgement
Conflict of interest
Authorization of proposal
• Overall scope and objectives, noting any specific issues that may require attention;
3-3 | P a g e
• An understanding of the scope of work to complete this Project, constraints, and
critical timeline elements;
• Documentation of the Agency’s comprehensive knowledge of the local government
operation, procedures, and law, including the Agency’s experience dealing with
these types of projects with an emphasis on municipal projects.
• Definition of issues to be resolved during the project.
• Incorporation of coordination and involvement of Corporations’ Staff within key
elements.
• Description of project quality control that will meet the Corporations’ needs and
meet budget parameters.
• Explanation of ability to effectively meet the scope of work.
• Describe the approach and methodology to be followed in completing all aspects of
the assignment to achieve the stated project objectives. Elements that will be
evaluated are:
o The lead for each discipline shall have a minimum of 5 years of experience
with comparable projects. Please provide references and examples.
o Detailed description of the Agency’s approach provided for each task
demonstrating project needs.
Provide a work plan and schedule, including a breakdown of the major tasks, and the level
of effort of the individual team members in sufficient detail to allow a complete
understanding as to how and by whom the work is to be carried out.
Ensure that all rates and dollar figures are excluded from the work plan in this section.
3-5 | P a g e
resumes, additional project descriptions, and any other information the Agency believes is
useful. This additional submittal will be used by the Project Team as they see fit and may
not have a significant bearing on the selection process.
HST must be shown separately. Pricing must be provided in Canadian funds, inclusive of all
applicable duties and fees, excluding HST, which should be itemized separately. Elements
that will be evaluated include:
• Availability of resources from the Agency and sub-Agency(ies) for the project
• Estimated hours and fees to complete the individual work elements
• Total not-to-exceed fee for the project. Note, your bid must be all inclusive of the
work outlined in the RFP. If the Agency underestimates the amount of effort required
to complete the work, they will not receive extra compensation. The agency is
expected to plan to the project budget and perform thorough cost estimating.
• List of tasks not performed by the Agency or sub-Agency(ies) for project that must
be performed by the Corporations.
• Agency’s reimbursable expenses and detailed cost of expenses.
3-6 | P a g e
APPENDIX A – Form of Offer
Table of Contents
A.1. Mandatory Forms Checklist ..................................................................................... 2
A.2. Proponent Information............................................................................................. 3
A.3. Proponent Acknowledgement .................................................................................. 4
A.4. Conflict of Interest ................................................................................................... 6
THIS FORM OF OFFER MUST BE SIGNED AND ALL PAGES OF THE ORIGINAL COPY MUST
BE INCLUDED WITH THE PROPOSAL.
A-1 | P a g e
A.1. Mandatory Forms Checklist
The Proponent must include as part of the Proposal, the following mandatory forms.
A-2 | P a g e
A.2. Proponent Information
PROPONENT
By signing the Form of Offer, the Proponent confirms they have carefully examined the RFP
documents and has a clear and comprehensive knowledge of the Terms of Reference
required under the RFP. By submitting the Proposal, the Proponent agrees and consents to
the terms, conditions and provisions of the RFP, including the Agreement, and offers to
provide the Deliverables in accordance with the rates set out in the Pricing Summary.
A-3 | P a g e
A.3. Proponent Acknowledgement
INITIALS CONFIRMING
ITEM ACKNOWLEDGEMENT
ACCEPTANCE
1 INSURANCE
Proponents must carry the minimum required levels of
insurance coverage. Please refer to RFP Part 3 –
Information for Proponents for additional info. Please
confirm that you have forwarded the required
insurance coverage for this RFP to your insurance
Broker:
(Initials here)
_____________________________________________
Name of Insurance Broker/Agency
_____________________________________________
Date
2 PROOF OF INSURANCE
By signing the Form of Offer, the Proponent agrees, if
selected, that it has verified its capability to do so and
will provide proof of insurance coverage. Confirm that
any costs related to the insurance have been taken (Initials here)
into consideration while preparing this Proposal.
A-4 | P a g e
5 DISCLOSURE OF INFORMATION
The Proponent hereby agrees that any information
provided in this Proposal, even if it is identified as
being supplied in confidence, may be disclosed where
required by law or if required by order of a court or (Initials here)
tribunal. The Proponent hereby consents to the
disclosure, on a Confidential basis, of this Proposal by
the Municipality to the Project Managers for the
purpose of evaluating or participating in the evaluation
of this Proposal.
6 CONTRACTUAL ACKNOWLEDGEMENT
The Agency hereby agrees to be legally bound by the (Initials here)
provisions of the resulting Agreement, including, but
not limited to, the Terms of Reference and the
Information for Proponents.
A-5 | P a g e
A.4. Conflict of Interest
Prior to completing this portion of the Form of Offer, Proponents should refer to the
definition of Conflict of Interest set out in the Agreement, both definition part (a) and (b).
If the boxes in this section are left blank, the Proponent will be deemed to declare that it
had no foreseeable Conflict of Interest (either definition part (a) or (b)) in performing the
contractual obligations contemplated in the RFP. Otherwise, if either or both of the
following statements apply, check the appropriate box.
Part (a) of definition: The Proponent declares that there is an actual or potential
unfair advantage relating to the preparation and submission of its Proposal.
A-6 | P a g e
APPENDIX B – References
Each Proponent is requested to provide three references for projects completed within the
last five years with similar or related Scope as those described in Section 1 – Terms of
Reference.
The Corporations, in its sole discretion, may confirm the Proponent’s experience and/or
ability to provide the Deliverables required and described in its Proposal by checking the
Proponent’s references and the provision of the references by the Proponent is deemed to
be consent to such contact with the referees. The Corporations reserves the right to revisit
the Proponent’s scores in the experience and qualifications based on information learned
during reference checks, should they reveal that there is inconsistency between the
Proponent’s answer to the experience and qualifications and the results of the reference
check.
Bidders must provide their reference information by filling in the table(s) below.
B-1 | P a g e
REFERENCE #1
Client Name:
(Proponent to insert response here)
Population:
(Proponent to insert response here)
Website Link:
(Proponent to insert response here)
Contact Name:
(Proponent to insert response here)
Contact Title:
(Proponent to insert response here)
Contact Telephone Number:
(Proponent to insert response here)
Contact E-mail Address:
(Proponent to insert response here)
Date of Project:
(Proponent to insert response here)
Brief description of the delivered services:
B-2 | P a g e
REFERENCE #2
Client Name:
(Proponent to insert response here)
Population:
(Proponent to insert response here)
Website Link:
(Proponent to insert response here)
Contact Name:
(Proponent to insert response here)
Contact Title:
(Proponent to insert response here)
Contact Telephone Number:
(Proponent to insert response here)
Contact E-mail Address:
(Proponent to insert response here)
Date of Project:
(Proponent to insert response here)
Brief description of the delivered services:
B-3 | P a g e
REFERENCE #3
Client Name:
(Proponent to insert response here)
Population:
(Proponent to insert response here)
Website Link:
(Proponent to insert response here)
Contact Name:
(Proponent to insert response here)
Contact Title:
(Proponent to insert response here)
Contact Telephone Number:
(Proponent to insert response here)
Contact E-mail Address:
(Proponent to insert response here)
Date of Project:
(Proponent to insert response here)
Brief description of the delivered services:
B-4 | P a g e
APPENDIX C – Sub-Consultants
LEGAL NAME OF SUB-CONSULTANT ROLE
1.
2.
3.
4.
5.
6.
C-1 | P a g e
APPENDIX D – Pricing Summary
Table of Contents
D.1. Pricing Breakdown for One Corporation .................................................................... 2
D.2. Modules ................................................................................................................. 2
D.3. Total Price ............................................................................................................... 3
D-1 | P a g e
D.1. Pricing Breakdown for One Corporation
EXPENSES
QUANTITY TOTAL COST
Development – Professional Project Hours hours $
CMS $
Hosting $
Domain $
Licensing $
Maintenance Fee $
Search Engine $
Implementation Support hours $
Annual Support hours $
Additional Support $
Others $
(Provide details here, if required)
D.2. Modules
MODULES INCLUDED IN ADDITIONAL
PROPOSAL COST
Interactive Maps (YES / NO) $
Form Builder (YES / NO) $
Calendar of Events (YES / NO) $
Contact Us (YES / NO) $
Recruitment (YES / NO) $
By-Laws and Policies Searchable Solutions (YES / NO) $
Portal for Citizens (YES / NO) $
ADDITIONAL FEATURES ADDITIONAL
(Please list any additional features that may incur an extra cost below.) COST
$
$
$
$
$
$
$
D-2 | P a g e
D.3. Total Price
AGENCY NAME
D-3 | P a g e
APPENDIX E – Proposal Submittal Cover Sheet
Place this Cover Sheet as the first page of the Qualification File.
Name of Proponent:
Address of Proponent:
Upon completion of the mandatory and/or rated requirements review, the RFP’s
Contracting Authority will contact each qualified Proponent to obtain the password for
the Pricing File for Stage 3 analysis.
Name of Contact:
E-1 | P a g e