Watershed Educational Campaign Project

Similar documents
Workforce Management Consulting Services

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

REQUEST FOR QUOTE # 16471

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10629

REQUEST FOR QUOTE # 16305

REQUEST FOR QUOTE # 20687

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10707

REQUEST FOR QUOTE # 22137

REQUEST FOR QUOTE # 18009

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10360

REQUEST FOR QUOTE # 18088

REQUEST FOR QUOTE # 21911

REQUEST FOR QUOTE # 16070

REQUEST FOR QUOTE # 22133

REQUEST FOR QUOTE # 17499

REQUEST FOR QUOTE # 21978

REQUEST FOR QUOTE # 20518

REQUEST FOR QUOTE # 21522

REQUEST FOR QUOTE # 21697

REQUEST FOR QUOTE # 20885

REQUEST FOR QUOTE # 21953

REQUEST FOR QUOTE # 15688

REQUEST FOR QUOTE # 15949

REQUEST FOR QUOTE # 22038

REQUEST FOR QUOTE # 22444

REQUEST FOR QUOTE # 19164

REQUEST FOR QUOTE # 18367

REQUEST FOR QUOTE # 21611

REQUEST FOR QUOTE # 15341

REQUEST FOR QUOTE # 20928

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10461

REQUEST FOR QUOTE # 19709

REQUEST FOR QUOTE # 19970

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10647

REQUEST FOR QUOTE # 22280

REQUEST FOR QUOTE # 21981

REQUEST FOR QUOTE # 21303

REQUEST FOR QUOTE # 21642

REQUEST FOR QUOTE # 20321

REQUEST FOR QUOTE # 21394

REQUEST FOR QUOTE # 15191

REQUEST FOR QUOTE # 21109

REQUEST FOR QUOTE # 22528

REQUEST FOR QUOTE # 22082

REQUEST FOR QUOTE # 15611

REQUEST FOR QUOTE # 21510

REQUEST FOR QUOTE # 15540

REQUEST FOR QUOTE # 21894

REQUEST FOR QUOTE # 22332

REQUEST FOR QUOTE # 22189

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

COUNTY OF COLE JEFFERSON CITY, MISSOURI

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

REQUEST FOR PROPOSAL (RFP) # DEPRECIATION STUDY

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

TERMS AND CONDITIONS OF SALE

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR QUOTE # 21900

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

Union College Schenectady, NY General Purchasing Terms & Conditions

Grand River Dam Authority

Deluxe Corporation Purchase Terms and Conditions

REQUEST FOR QUOTE # 16979

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

Request for Proposal. Contract Insulation & Scaffolding Services

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

TERMS AND CONDITIONS OF SALE

PUBLIC NOTICE LORI FULKS GARVIN COUNTY CLERK

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

FIXTURE TERMS & CONDITIONS Materials & Goods

Transurban Standard Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

GRAND RIVER DAM AUTHORITY COAL FIRED COMPLEX. Request for Proposal. Natural Gas Services. Contract 39496

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET

FleetPride, Inc. Standard Terms and Conditions of Purchase

City of Albuquerque Procurement Contract

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

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

TERMS AND CONDITIONS OF SALE- NU-LINE PRODUCTS

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

PURCHASE ORDER ACKNOWLEDGEMENT

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

Dickinson College Purchase Order Terms and Conditions

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

PROPOSAL LIQUID CALCIUM CHLORIDE

Purchase Order Terms and Conditions

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

Transcription:

Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue Vinita, Oklahoma 74301 SEALED BIDS MUST BE SUBMITTED PRIOR TO: 2:00 PM December 30, 2014

REQUEST FOR PROPOSALS WATERSHED EDUCATIONAL CAMPAIGN PROJECT I. STATEMENT OF PURPOSE The Grand River Dam Authority (hereinafter referred to as the Authority ) is seeking proposals from qualified firms (hereinafter Respondents ) with expertise in providing services related to developing and implementing a watershed educational and branding campaign within the fourstates (Oklahoma, Missouri, Arkansas, and Kansas) to promote the economic benefit of sustainable water quality within the watershed. II. INSTRUCTIONS FOR SUBMITTING A PROPOSAL The sealed proposal must be received by 2:00 PM December 30, 2014. Proposals must be sent to: Nita Wade Superintendent of Purchasing Grand River Dam Authority 226 West Dwain Willis Ave Vinita, Oklahoma 74310-0409 There will be no public opening for this RFP. After award of a final contract all proposals will be available for public view in accordance with section VIII. All questions and correspondence should be directed to Nita Wade, Purchasing Superintendent in writing by sending an e-mail to nwade@grda.com no later than 2:00 PM December 23, 2014. Contact with GRDA personnel other than Ms. Wade regarding this RFP may be grounds for elimination from the selection process. III. SCOPE OF WORK Vendor shall propose a conceptual plan for coordinating an educational and branding campaign in the four-states (Oklahoma, Missouri, Arkansas, and Kansas) to promote the economic benefit of sustainable water quality within the watershed. The plan shall include the following tasks: 1) Provide specific ideas for GRDA to consider that incorporate findings from the other states agencies, groups and organizations to develop relevant messaging for local communities, global signage for display, branding and educational materials (ie, brochures, pamphlets, etc) 2) Develop a watershed brand that incorporates the importance of water quality within the communities throughout the watershed

3) Delineate the boundaries of the watershed 4) Coordinate with the other states agencies and groups within the watershed to identify and prioritize the interstates, highways, and other access points where signage should be displayed 5) Coordinate with the other states agencies and groups within the watershed to prioritize the cities and communities within the watershed that would cooperatively participate in campaign 6) Coordinate with the cities, communities and areas within the watershed identified in #5 above to develop specific water quality improvement projects and practices that incorporate the significance of water to the historical development of the city, community or area 7) Coordinate with the other states active watershed groups and organizations to secure their assistance with the campaign 8) Develop critical information bullet points on the importance of water quality protection and improvement that can incorporated into the implementation of the educational campaign 9) Prioritize 5-6 communities in each state in which the watershed lies to test the educational campaign and signage displays The final strategies, plans, and recommendations shall be included in a written report to management upon completion of the task outlined above. If this work is part of any research project, GRDA will retain the right to access to any data collected from this work as well as prior approval of any publication of data associated with this proposal. IV. QUALIFICATIONS The Respondent, including the project manager, should have considerable knowledge of four-state area. Association with representatives from each of the 4-states, including agency contacts, resource managers and community leaders is preferred. V. PROPOSAL REQUIREMENTS The respondent shall submit eight (8) copies of their proposal. There shall be eight (8) parts to the proposal; 1. Qualifications and Experience. The Respondent should state the size of the Respondent firm, and nature of the professional staff to be employed in this engagement. The principal supervisory and management staff, including engagement partners, managers, and other supervisors and specialists, who would be

assigned to the engagement, should be identified. Provide information on the relevant experience of each person. 2. Specific Engagement Approach. The proposal should set forth a work plan, including an explanation of the methodology to be followed to perform the services requested in this proposal. The work plan should also include a timeline for start of the engagement through issuance of a final report. 3. Identification of Anticipated Potential Engagement Problems. The proposal should identify and describe any anticipated potential engagement problems, the Respondent s approach to resolving these problems and any special assistance that will be requested from the Authority. 4. Cost Proposal. Provide a total all-inclusive maximum price to complete the engagement including all direct and indirect costs including all out-of-pocket expenses. The Authority will not be responsible for expenses incurred in preparing and submitting responses to this proposal. Such costs should not be included in the proposal. Include a schedule of professional fees and expenses that supports the total all-inclusive maximum price. Out-of-pocket expenses for Respondent personnel (e.g., travel, lodging and subsistence) will be reimbursed for itemized actual and necessary expenses (with supporting receipts). All estimated out-ofpocket expenses should be identified in the cost proposal. All expense reimbursements will be charged against the total all-inclusive maximum price submitted by the Respondent. Per Diem will be reimbursed at the GSA allowable rate for subsistence and mileage reimbursement will be in accordance with the IRS allowable rate. 5. Engagement Letter. Provide a sample format engagement letter that may be similar to what would be used for this engagement along with any supplemental terms and conditions. Terms and Conditions should generally be consistent with the attached GRDA general terms and conditions. The agreement shall be governed in accordance with the laws of the State of Oklahoma. 6. Non-Collusion Affidavit. The attached non-collusion affidavit should be completed. 7. Proof of Insurance. See attached insurance requirements. VI. EVALUATION AND SELECTION OF PROPOSAL The proposal will be evaluated by the Assistant General Manager (AGM) of Law Enforcement and Lake Operations and others that may be designated by the Authority s Board of Directors. During the evaluation process, the Authority reserves the right, where it may serve the Authority s best interest, to request additional information or clarifications from respondents, or

to allow corrections of errors or omissions. The Authority may or may not elect to enter into negotiations with one or more respondents. The final selection or recommendation will be made by the AGM of Law Enforcement and Lake Operations and the Authority s Board of Directors if necessary. VII. AWARD OF PROPOSAL The initial evaluation of the proposals shall be based upon the following criteria: 1. Qualifications, Experience, Quality of Work, and Competence 2. Approach to Scope of Work 3. Cost After the initial evaluation, the Authority may choose to enter into further negotiations with selected respondent(s). VIII. MISCELLANEOUS The Authority assumes no responsibility or liability for any costs you may incur in responding to this RFP, including attending meetings or contract negotiations. Respondents will be bound to comply with the provisions set forth herein. All opened bids, both successful and unsuccessful, shall be placed on file and maintained in the main office of the Authority for a period of five (5) years from the date of opening of bids or for a period of three (3) years from the date of completion of the contract, whichever is longer, or as may be required by the Oklahoma Open Records Act and such records shall be open to public inspection and shall be a matter of public record. The Authority reserves the right to reject any or all proposals submitted. If based on the evaluation, a proposal is accepted, such shall require approval of the Authority s Board of Directors

GENERAL TERMS AND CONDITIONS Any contract or order issued by the Grand River Dam Authority (hereinafter referred to as GRDA) is expressly conditioned upon Seller s assent to these terms and conditions, unless otherwise agreed in writing. Any order issued or filled by Seller shall be deemed to constitute Seller s assent to these terms and conditions. Any additional or different terms submitted by the Seller are hereby expressly objected to by GRDA unless expressly agreed to in writing by GRDA. 1. Mail or deliver all invoices or correspondence pertaining to the payment of this Purchase Order to: Accounts Payable Department, Grand River Dam Authority, P.O. Box 409, 226 West Dwain Willis Avenue, Vinita, Oklahoma 74301. Seller shall submit invoices, with one copy detailing each item with unit prices, with the top copy being distinguishable as an original, accompanied by one copy of complete shipping papers. If shipment is not made by routing instructions as specified on the face of this Purchase Order, GRDA reserves the right to deduct any excess transportation charges resulting therefrom. Copy of original freight bill must be supplied for payment. Time, in connection with any discount offered, will be computed from date of delivery of items, or from date the correct invoice is received in Vinita, Oklahoma, whichever period of time is the later date. No Oklahoma State Sales or Use Tax shall be included in payment of this Purchase Order. 2. All articles, materials, equipment and supplies (hereinafter referred to as items ) covered by this Purchase Order, unless otherwise specified, are purchased subject to inspection before and during manufacture and upon arrival at destination. GRDA reserves the right to return for full credit and/or refund, at Seller s sole risks and expense, including all transportation and storage charges, all items found defective or furnished contrary to instructions and/or specifications contained herein. 3. In case of default by Seller, GRDA may procure the items or services from other sources and hold Seller responsible for any excess cost occasioned thereby; provided, that if necessity requires the use of items not conforming to specifications, they may be accepted, and payment made at a proper reduction in price. Notwithstanding anything herein to the contrary, GRDA reserves the right to terminate this Purchase Order for its convenience. In the event of such termination, GRDA shall pay and Seller shall accept the reasonable value of all work performed and items delivered by Seller up through the effective date of such termination. 4. Seller warrants that all items covered by this Purchase Order will conform to the specifications, drawings, samples or other description furnished by GRDA, or any revisions thereof, and any items purchased pursuant to this Purchase Order shall be subject to all warranties expressed or implied by law, and will be merchantable of good material and fit and sufficient for the purpose intended, and shall satisfy any performance guarantee requirements as specified herein by GRDA. In the event the items and/or services purchased hereunder do not meet the warranty specified hereinabove, Seller shall promptly repair or replace any defective item at its expense, or re-perform any necessary services, and shall hold GRDA harmless from any and all costs and expenses incurred due to said defective item or performance of services, including the cost for removing any part or product to be repaired or replaced, as well as transportation and installation charges in connection with the repair, replacement or servicing of any parts or equipment. Seller further agrees that the manufacturer s warranties and guaranties of the items purchased hereunder extended to Seller shall extend to GRDA. 5. Seller shall indemnify and hold GRDA harmless from and against any and all loss, costs or expenses arising out of any liens or claims in any way related to the items or services furnished hereunder. Seller shall likewise indemnify and hold GRDA harmless from any patent, trademark or copyright infringement, except items supplied in accordance with design originating with GRDA. Seller shall be an independent contractor. Seller shall protect, defend, indemnify and hold GRDA harmless from any damage or injury to any persons, including Seller s employees or property, and from any claim, demand, action, cost or expense arising out of the activities hereunder as a result of Seller s negligent or intentional wrongful acts. In no event shall Seller s liability be limited under this Purchase Order for the negligent or intentional wrongful acts of the Seller. 6. Seller shall, before any items are shipped and/or any services are commenced, provide GRDA with certificates evidencing that the following minimum insurance will remain in force until Seller s obligations are completed: (a) Workmen s Compensation Insurance, including Employer s Liability Insurance, in accordance with the laws of the state in which Seller may be required to pay compensation; and (b) Public Liability Insurance with an individual limit of not less than $100,000 and a total for any one accident of not less than $300,000, unless otherwise specified herein. 7. This Purchase Order (including Seller s right to receive payments hereunder) shall not be assigned or subcontracted in whole or in part without GRDA s prior written consent. No assignment hereof shall relieve this assignor of its obligations hereunder. 8. Service Contracts: By submitting a bid for services, the Bidder certifies that they, and any proposed Subcontractors, are in compliance with 25 O.S. 1313 and participate in the Status Verification System. The Supplier/Contractor/Consultant/Construction Manager/etc. certifies that it and all proposed Subcontractors, whether known or unknown at the time a contract is executed or awarded, are in compliance with 25 O.S. 1313 and participate in the Status Verification System. The Status Verification System is defined in 25 O.S. 1312 and includes, but is not limited to, the free Employment Verification Program (E-Verify) available at www.dhs.gov/e-verify. This shall remain in effect through the entire term, including all renewal periods, of the Contract. The State may request verification of compliance for any Contractor or Subcontractor. Should the State suspect or find the Contractor or any of its Subcontractors are not in compliance, the State may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. 9. All Items shipped pursuant to this Purchase Order will conform with all municipal, state and federal laws, ordinances and regulations, and Seller will defend and save harmless GRDA from loss, costs or damage by reason of any actual or alleged violation thereof. 10. GRDA hereby notifies Seller that Seller must comply, and by acceptance of this Purchase Order, Seller represents that it has complied with, and will continue to comply with, all applicable federal, state and local laws, regulations or orders. 11. This Purchase Order shall be construed as being performed by both parties in Craig County, Oklahoma, and shall be governed in accordance with the laws of the State of Oklahoma. Grand River Dam Authority is an agency of the State of Oklahoma. Administrative Headquarters 226 West Dwain Willis Avenue Vinita, Oklahoma 74301 Phone: 918-256-5545 Fax: 918-256-1051 GRDA Finance Form 001 (Revised 04-29-2010)

NON-COLLUSION AFFIDAVIT GRAND RIVER DAM AUTHORITY RFQ / RFP # A Non-Collusion Affidavit shall be included with any competitive bid or contract submitted for goods or services exceeding $5,000.00 for this Request for Proposal. A. For purposes of competitive bid or contract, being of lawful age and first duly sworn on oath, I certify: 1. I am the duly authorized agent of, (Company Name) the bidder submitting the competitive bid which is attached to this statement, for the purpose of certifying the facts pertaining to the existence of collusion among bidders and between bidders and state officials or employees, as well as facts pertaining to the giving or offering of things of value to government personnel in return for special consideration in the letting of any contract pursuant to said bid; 2. 3. I am fully aware of the facts and circumstances surrounding the making of the bid to which this statement is attached and have been personally and directly involved in the proceedings leading to the submission of such bid; and Neither the bidder, nor contractor, nor anyone subject to the bidder s or contractor s direction or control, has been a party: a. b. c. to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding, to any collusion with any state official or employee as to quantity, quality or price in the prospective contract, or as to any other terms of such prospective contract, nor in any discussions between bidders and any state official concerning exchange of money or other thing of value for special consideration in the letting of a contract, nor, whether competitively bid or not, has paid, given or donated or agreed to pay, give or donate to any officer or employee of the State of Oklahoma any money or other thing of value, either directly or indirectly, in procuring this contract herein. B. C. The contractor further certifies that no person who has been involved in any manner in the development of said contract while employed by the State of Oklahoma shall be employed to fulfill any of the services provided for under said contract. If any contract pursuant to this bid is for professional services as defined in 74 O.S. 85.2.25, and if the final product is a written proposal, report or study, the contractor further certifies that (s)he has not previously provided the state agency or any other state agency with a final product that is a substantial duplication of the final product of the proposed contract. Authorized Signature Certified this Date Printed Name Title State of County of Subscribed and sworn to me this day of, 20 Notary Public Signature Notary Seal: My commission expires: My commission number: Grand River Dam Authority is an agency of the State of Oklahoma. Administrative Headquarters 226 West Dwain Willis Avenue Vinita, Oklahoma 74301 918-256-5545 GRDA Finance Form 002A (Revised 07-08-2010)

INSURANCE REQUIREMENT A GRAND RIVER DAM AUTHORITY MINIMUM INSURANCE REQUIREMENTS COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property Damage $100,000.00 per person $300,000.00 per occurrence $100,000.00 per occurrence COMPREHENSIVE AUTOMOBILE LIABILITY Should include owned, non-owned and hired autos, trucks and trailers Same limits as General Liability WORKERS COMPENSATION As required by the laws of the State of Oklahoma and Employers Liability limit of $100,000.00 These limits could be satisfied by either primary coverage or a combination of primary and umbrella coverage. A Certificate of Insurance must accompany bids on any work to be performed for GRDA. The Certificate of Insurance must show the name and address of the insured, the GRDA Purchase Order number and/or description of the job to be performed for GRDA, limits of coverage, policy number, effective and expiration dates, etc. The cancellation clause must provide that the Authority is to receive ten (10) days written notice prior to cancellation or to the making of any material change. The successful bidder must inform the insurance agent to submit a revised Certificate of Insurance at renewal of the coverage if the GRDA work will extend until that time. Grand River Dam Authority is an agency of the State of Oklahoma, fully supported by customer revenues instead of taxes. Administrative Headquarters 226 West Dwain Willis Avenue Vinita, Oklahoma 74301 Phone: 918-256-5545 Fax: 918-256-1051 GRDA Finance Form 006A (12-2006)

GRDA Visa Program: GRDA provides an Epay Program which involves payment of invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-mail remittance advice at time of payment. Preference may be shown during the evaluation process to bidders that agree to accept Epay for payment of invoices. To learn more about the benefits of an Epay Program, how it works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your browser: www.bankofamerica.com/epayablesvendors Acceptance Signature: Designated Accounts Receivable Contact for Epay remittance advices: Name: Phone: Email: