TWO YEAR CONTRACT AS NEEDED TO SUPPLY LABOR, MATERIALS AND EQUIPMENT F

expired opportunity(Expired)
From: Louisiana(State)
JPP-50-00144759

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 18 Apr, 2024 (8 days ago)

Due Date

18 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
JPP-50-00144759

Identifier

JPP-50-00144759
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSAL TO PROVIDE AND INSTALL NEW WATER METERS AND ADVANCED METERING INFRASTRUCTURE (AMI) IN JEFFERSON PARISH RFP No.: 0481 Proposal Receipt Date: April 18, 2024 Proposal Receipt Time: 3:30 p.m. Jefferson Parish Department of Purchasing 200 Derbigny Street, Suite 4400 Gretna, LA 70053 (504) 364-2678 1 TABLE OF CONTENTS PART I – ADMINISTRATIVE AND GENERAL INFORMATION 1.1 Background ............................................................................................................................... 3 1.2 Purpose ...................................................................................................................................... 5 1.3 Goals and Objectives ................................................................................................................ 5 1.4 Proposer Minimum Requirements ............................................................................................ 6 1.5 Schedule of Events
.................................................................................................................... 7 1.6 Proposal Submittal .................................................................................................................... 8 1.7 Proposal Response Format ........................................................................................................ 8 1.8 Number of Response Copies ................................................................................................... 10 1.9 Legibility/Clarity..................................................................................................................... 10 1.10 Pre-proposal Conference ....................................................................................................... 10 1.11 Written Inquiries ................................................................................................................... 10 1.12 Inquiry Periods ...................................................................................................................... 11 1.13 Required Signed and Notarized Affidavits ........................................................................... 11 1.14 Proposal Guarantee ............................................................................................................... 12 1.16 Fidelity Bond Requirements ................................................................................................. 12 1.17 Proposal Validity .................................................................................................................. 12 1.18 Revisions, Withdrawals, Protest Procedures ........................................................................ 12 1.19 Cost of Offer Preparation ...................................................................................................... 12 1.20 Acceptance of Proposal Content ........................................................................................... 13 1.21 Written or Oral Discussions/Presentations ........................................................................... 13 1.22 Standard Terms and Conditions and Non-negotiable Contract Terms ................................. 13 1.23 Taxes ..................................................................................................................................... 14 1.24 Selected Proposer’s Responsibilities .................................................................................... 14 1.25 Sub-Contractor Requirements ............................................................................................... 14 1.26 Insurance Requirements ........................................................................................................ 14 1.27 Subcontractor Insurance........................................................................................................ 14 1.28 No Guarantee of Quantities .................................................................................................. 15 1.29 Contract Negotiations ........................................................................................................... 15 1.30 Cancellation of RFP or Rejection of Proposals .................................................................... 15 1.31 Evaluation and Selection....................................................................................................... 15 1.32 Indemnification ..................................................................................................................... 17 1.33 Payment for Services ............................................................................................................ 17 1.34 Termination ........................................................................................................................... 18 1.35 Assignment ........................................................................................................................... 18 1.36 EEOC and ADA Compliance ............................................................................................... 19 1.37 Audit of Records ................................................................................................................... 19 1.38 Record Retention .................................................................................................................. 19 1.39 Record Ownership ................................................................................................................ 20 1.40 Content of Contract/Order of Precedence ............................................................................. 20 2 1.41 Contract Changes .................................................................................................................. 20 1.42 Substitution of Personnel ...................................................................................................... 20 1.43 Force Majeure ....................................................................................................................... 20 1.44 Governing Law ..................................................................................................................... 20 1.45 Claims or Controversies ........................................................................................................ 21 PART II – SCOPE OF WORK/SERVICES 2.1 Scope of Work/Services .......................................................................................................... 21 2.2 Period of Agreement ............................................................................................................... 22 2.3 Price Proposal (Price Schedule) .............................................................................................. 22 2.4 Deliverables ............................................................................................................................ 22 2.5 Location .................................................................................................................................. 22 2.6 Financial Profile ...................................................................................................................... 22 2.7 Proposal Elements ................................................................................................................... 23 PART III – FEDERAL CONTRACT PROVISIONS 3.1 Federal Contract Provisions (NOT APPLICABLE) ............................................................... 24 PART IV – EVALUATION 4.1 Evaluation Criteria .................................................................................................................. 24 PART V – PERFORMANCE STANDARDS 5.1 Performance Requirements ..................................................................................................... 25 5.2 Performance Measurement/Evaluation ................................................................................... 26 PART VI - APPENDICIES ATTACHMENT “A” – Insurance Requirements ATTACHMENT “B” – Signature Page ATTACHMENT “C” – Corporate Resolution ATTACHMENT “D” – Request for Proposal Affidavit and Instructions ATTACHMENT “E” – Technical Specifications ATTACHMENT “F” – Pricing Table ATTACHMENT “G” – Meter Specification and AMI Summary Tables ATTACHMENT “H” – Meter Addresses 3 REQUEST FOR PROPOSAL PROVIDE AND INSTALL NEW WATER METERS AND ADVANCED METERING INFRASTRUCTURE (AMI) IN JEFFERSON PARISH 1.1 Background Jefferson Parish provides water services to approximately 160,588 active residential and commercial customers. The useful life of a water meter is 20 years, according to industry standards, and more than 50% of meters in Jefferson Parish are 20 years or older. As the meters age, they become less efficient, and the Parish is not capturing all revenue based on the amount of water that flows through the existing meters. Therefore, Jefferson Parish Water Department would like to move forward with implementing the replacement of all water meters in Jefferson Parish as well as install an Advanced Metering Infrastructure (AMI) system. Per the American Water Works Association (AWWA), Advanced Metering Infrastructure (AMI) is an integrated system of meters and information systems that enables communication between meters and utilities. The AMI system will allow the Parish to remotely read the water meters as well as improve communication with customers who will have access via computer or cell phone to their water consumption data. Jefferson Parish has secured the funding for a full implementation of an AMI system with replacement of all water meters detailed in this RFP via a dedicated bond issue with a 20-year payback at a favorable interest rate. Vendor financing for this project is not an option. For 5/8” x3/4” and 1” residential meters which comprise over 96% of the required meter replacements, Jefferson Parish has elected to install positive displacement meters with a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register equipped with a Nicor connector which enables connection to a battery powered radio transmitter. All 2” meters shall be replaced with a positive displacement or compound meter depending on the existing type of meter which shall have a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register equipped with a Nicor connector. All commercial meters sizes 3” or greater shall be replaced with a turbine or compound meter depending on the existing type of meter which shall have a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register equipped with a Nicor connector. Jefferson Parish is below sea level and has a high-water table. The life of the housing will be spent submerged under water or in poor and wet soil conditions. Brass, bronze alloy, or epoxy coated ductile iron housings with metal threads have been proven to withstand the conditions in Jefferson Parish for greater than 25 years and to withstand complete meter removal for warranty repair. Housings consisting of all plastic may not hold up long term in our low-lying salt and brackish water conditions and plastic threads are significantly more susceptible to cracking and cross threading during meter installation and removal. 4 Positive Displacement meters measure water mechanically by the flow of water through the meter and do not require the use of batteries for an electronic measuring unit to calculate & communicate the measurement of water to the register. Positive displacement meters have a greater life expectancy of 25+ years when paired with a mechanical dial register, which was proven by a study of Jefferson Parish meters completed by Digital Engineering & Imaging, Inc. in October of 2019. For medium flow conditions (2 gpm for 5/8” x3/4” and 4 gpm for 1”) which provide the most representative flow for normal residential households, positive displacement meters older than 20 years still provided an accuracy rate of 95.86% as detailed in the October 2019 study. In the extreme heat conditions experienced in Jefferson Parish, batteries fail significantly sooner than the average life expectancy. Current battery warranties range from 10 to 15 years full replacement. Failure of the battery will require replacement of the register for positive displacement meters with a digital register or at a minimum, replacement of the central measuring unit (CMU) in a solid-state meter; and the meter will no longer record/communicate measurements, which will result in a temporary loss of revenue to Jefferson Parish until the register, CMU, or entire meter is replaced. Mechanical dial registers will continue to provide readings even if there is an issue with the Nicor connector or a failure of the attached transmitter. With over 150,000 meters, the high probability that the majority of the batteries will fail near the same time coupled with the unpredictable timing of battery conditions due to extreme heat conditions, the Parish does not have the capability to promptly handle the removal and replacement of failed registers and CMU’s. In addition, unless the Parish decides to replace all these components in a systematic fashion prior to anticipated battery failure, replacement costs and replacement time will significantly increase as replacement will be done on an individual basis in different areas of the Parish. However, as battery powered transmitters fail, the Parish can utilize personnel to replace them without disturbing the meter while continuing to read the meters. Finally, with premature battery failure, even if under warranty, the Parish is liable for the cost of removal of failed parts with associated shipping costs to the vendor and for the cost of installation of replacement parts with associated shipping costs from the vendor. For the AMI system, the Water Department has selected to install a licensed radio frequency fixed network over an unlicensed fixed network or cellular network. The AMI fixed network requires a licensed frequency from the FCC. The FCC licensed frequency will be specific to the Jefferson Parish AMI system and can only be used by the Parish. If the Parish experiences any interference, they will have the right to remove any other users off this frequency. With an unlicensed fixed network, the AMI system operates on unlicensed frequencies and the utility has no control over interference and other users. An unlicensed AMI fixed network also requires additional infrastructure including repeaters throughout the system that are undesirable. With this additional infrastructure, the Parish would need to obtain more property to install the infrastructure and experience increased maintenance cost. With a cellular network, the AMI system would operate through a contract with a cellular provider and utilize existing cell towers to transmit the water meter data. 5 The Parish would have no control over when cellular towers go down and when they would be brought back online. Also, as cellular technology advances, the Parish’s AMI could be compromised as the existing infrastructure may not be compatible with the new cellular network. A cellular AMI network will also require the Parish to replace the existing metal meter box lids with composite meter box lids as the cellular signal from the AMI radio within the meter box cannot transmit through a metal lid or the battery life of the AMI radio may be compromised transmitting through the metal lid. Replacing all existing metal meter box lids in the Parish will considerably increase the cost of the project. 1.2 Purpose The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution. 1.3 Goals and Objectives The goal of this project is to replace the existing water meters in Jefferson Parish that are beyond their useful life and to install an AMI system to increase the accuracy and efficiency of the measurement and collection of water usage of the customers in Jefferson Parish. The objectives of this project are the following: 1. Replace existing aging residential water meters (5/8" x 3/4" to 2" in diameter) with new positive displacement water meters with a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register with a Nicor connector which enables connection to a battery operated AMI radio transmitter. 2. Replace existing aging commercial meters (2” to 12” in diameter) with new turbine and compound water meters with a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register with a Nicor connector which enables connection to a battery operated AMI radio transmitter. 3. Replace any non-working curb stop or gate valves on the Parish side of the water meter. 4. Replace broken meter boxes and/or lids as required. 5. Install an Advanced Metering Infrastructure (AMI) licensed radio frequency network system including data collectors, radios, software, etc. 6. Develop meter change out interface to update new meter serial numbers in the Parish’s existing inventory and billing system, and any other interfaces needed to integrate the Parish’s systems with the AMI software. 7. Conduct LDH lead service line material classification survey in accordance with the EPA. 6 1.4 Proposer Minimum Requirements The Jefferson Parish Water Department desires to establish/obtain/receive/etc. the following: Warranties: The proposer shall provide a complete inventory of equipment installed, including description, manufacturer, model, and serial number, and submit any manufacturer’s warranty or registration forms. If the manufacturer’s warranty is longer than one year; such warranty shall be provided to the Parish. All proposers shall submit warranty documentation for all meter and AMI equipment proposed. For any failures within the warranty period, provide answers to service calls and requests for information within a 24-hour period. Please refer to Attachment “E” Technical Specification Section 11910 and Specification Section 11950 for more information on warranty requirements. Proposer Requirements: Proposer must be experienced at providing systems similar in nature and complexity to the project outlined in this Request For Proposal; and meet the following criteria: A. Proposer must be a licensed contractor per LSA-R.S. 37:2150-2163 and furnish current license number with proposal. Classification shall be Telecommunications, Low Voltage. B. The AMI System shall run on a FCC licensed radio frequency (RF) fixed network. FCC licensed frequencies between 900-950 MHz will be allowed for the system. The FCC licensed frequency must be in place in Jefferson Parish geographic area prior to submitting proposals. Proof of the license for a fixed network will be required to be submitted by the proposer. The proposer shall be responsible for all frequency coordination. Licenses registered with the FCC shall reference Jefferson Parish Government. C. Qualifications: Required Qualifications Required Documentation Proposer 10 years water meter experience Complete list of water meter projects from last 10 years with verifiable project references Key Staff 5 years water meter/AMI experience with at least 1 project of 75,000 meters and radios Key staff resumes with water meter experience Meter Manufacturer 10 years of water meter experience with at least 3 projects of 75,000 meters or more with the proposed meters Complete list of water meter projects from last 10 years with verifiable project references AMI Manufacturer 10 years of AMI experience with at least 3 projects of 75,000 radios or more with the proposed system Complete list of AMI projects from last 10 years with verifiable project references 7 Installation Company 10 years of water meter installation experience with at least 3 projects of 75,000 meters or more Complete list of water meter projects from last 10 years with verifiable project references D. Proposer shall submit propagation study that includes number of data collectors required to cover the Parish as a part of the proposal. E. Failure to provide the proof of contractor’s license (prime) and/or failure to provide the required documentation shall result in your proposal being deemed non-responsive under Code of Ordinances, Parish of Jefferson, State of Louisiana §2-895. 1.5 Schedule of Events Note: Purchasing Department will complete actual dates and times for items A-D. Evaluation Committee Meeting Date will be scheduled according to committee members’ availability and therefore, Items E-G will be determined at later dates. Date Time (CST) A. RFP posted online @ www.jeffparishbids.net 3/13/2024 At least 30 days prior to the last day that proposals will be accepted B. Mandatory Pre-Proposal Conference 4/3/2024 10:00 A.M. C. Deadline to receive written inquiries 4/9/2024 4:30 P.M. D. Proposal Receipt Date and Time 4/18/2024 3:30 P.M. E. RFP Evaluation Committee Meeting TBD Proposers are encouraged to check the general information board in the General Government Building located at 200 Derbigny St., Gretna and the Joseph S. Yenni Building located at 1221 Elmwood Park Blvd., Jefferson. Additionally, proposers may check for meeting information posted on the Jefferson Parish website. F. Council Selection via resolution To be scheduled G. Contract Ratification via resolution To be scheduled NOTE: The Parish of Jefferson reserves the right to deviate from these dates. http://www.jeffparishbids.net/ 8 1.6 Proposal Submittal All proposals in accordance with Section 2-895 of the Jefferson Parish Code of Ordinances shall be received by the Jefferson Parish Purchasing Department no later than date and time shown in the Schedule of Events in order to be considered responsive. Important – Clearly mark outside of electronic envelope, with the following information and format: • Proposal Name: Provide and Install New Water Meters and Advanced Metering Infrastructure (AMI) in Jefferson Parish • Proposal No. 0481 • Proposal Receipt Date and Time: April 18, 2024_3:30 PM Proposals will only be received online through the Jefferson Parish e-Procurement site, Central Bidding. Central Bidding can be accessed by visiting either www.jeffparishbids.net or www.centralbidding.com. Registration is required and free for Jefferson Parish Proposers by accessing the following link: www.centralauctionhouse.com/registration.php. Proposer is solely responsible for the timely submission of its proposal. Late proposals will not be accepted. Price proposals and/or price schedules shall be submitted in a separate electronic sealed envelope as notated on the Central Bidding page as “Pricing Attachments”. Price Proposals will remain sealed and shall not be read until the completion of the scoring of the Technical Evaluation during the RFP Evaluation Committee Meeting. Once read, the Price Proposals will be evaluated and scored in accordance with Section 1.31. Price proposals shall be worth twenty-five percent (25%) of the total price points assigned. Proposals shall not be opened publicly. RFP Evaluation Committee Meetings are opened to the public for the evaluation of submitted proposals. 1.7 Proposal Response Format Proposals submitted for consideration should follow the format and order of presentation described below: Technical Proposal: A. Cover Letter: Containing summary of proposer’s ability to perform the services described in the RFP and confirms that proposer is willing to perform those services and negotiate a contract with the Parish. The letter shall be signed by a person having authority to negotiate and to commit the proposer to a contract. http://www.jeffparishbids.net/ http://www.centralbidding.com/ http://www.centralauctionhouse.com/registration.php 9 If proposer is a sole-proprietorship, proposer must include a statement that the company is a sole-proprietorship signed by the owner. If proposer is an agency, corporation, partnership or other legal entity, the president, vice- president, secretary or treasurer, or an authorized agent shall sign the proposal, and satisfactory evidence of the authority of the person signing for the agency, corporation, partnership or other legal entity shall be attached to the proposal. A sample corporate resolution may be downloaded from the Purchasing Department webpage of the Jefferson Parish website. Proposers should exhibit their understanding and approach to the project and address how each element will be accomplished. Proposers are advised that except as otherwise provided by law, all documents submitted to the Parish under this RFP are subject to the Louisiana Public Records Act, LSA-R.S. 44:1 et seq., and may be released when a public records request is made in accordance with the law. B. Table of Contents: Organized in the order cited in the format contained herein. C. Technical Proposal: Illustrating and describing compliance with the RFP requirements defined in the Scope of Work/Services (Part II) and Proposer Qualifications. D. Proposer Qualifications and Experience: History and background of Proposer, including but not limited to status with related services to government entities existing customer satisfaction, demonstrated volume of merchants, etc. E. Project Schedule: Detailed schedule of implementation plan for full implementation. This schedule is to include implementation actions, timelines, responsible parties, etc. F. Financial Profile: Proposers are requested to submit documentation from the past three (3) years demonstrating proposer’s financial stability. Documentation may include audited financial statements including balance sheets, income statements, documentation regarding retained earnings, assets, liabilities, etc. Such information should be included in the technical portion of the proposal submission and MUST NOT be included with the cost proposals and/or price schedules. Price Proposal: A. Price Proposal: Proposer’s fees and other costs shall be submitted in a separate electronic envelope (named “Pricing Attachments”) with proposal submission. This price proposal shall include any and all costs the proposer wishes to have considered in the proposed contractual arrangement with the Parish of Jefferson. 10 The price proposal shall be worth twenty-five percent (25%) of the total price points assigned. The maximum cost points shall be calculated by multiplying the number of cost points assigned to price in the evaluation criterion multiplied by the number of evaluators scoring the proposal. Evaluation of price proposal shall take place after technical evaluation has been completed. 1.8 Number of Response Copies Each proposer shall submit one (1) original electronic signed proposal. PDF files are preferred. Price proposals shall not be included in the Technical portion of your submission. 1.9 Legibility/Clarity Proposals submitted in response to the requirements of this RFP in the formats requested are desirable with all questions answered in as much detail as practicable. The proposal shall demonstrate an understanding of the requirements. Proposals shall be prepared simply and economically, providing straightforward, concise descriptions of the proposer’s ability to meet the requirements of the RFP. Each proposer is solely responsible for the accuracy and completeness of its proposal. 1.10 Pre-proposal Conference A mandatory pre-proposal conference will be held at 10:00 a.m., April 3, 2024 at the General Government Bldg., 200 Derbigny Street, Suite 4400, Purchasing, Gretna, 70053). Prospective proposers shall participate in the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any proposer intending to submit a proposal is required to attend and should have at least one authorized representative attend the Pre-proposal Conference. Although impromptu questions will be permitted and spontaneous answers will be provided during the conference, the only official answer or position of the Parish of Jefferson will be stated in writing in response to written questions in the form of addenda provided to all prospective proposers. 1.11 Written Inquiries The Parish shall only consider written and timely communications from proposers. No negotiations, decisions, or actions shall be binding as a result of any oral discussions with any Parish employee or Parish consultant. Answers to questions that materially change or substantially clarify the RFP shall be addressed by addendum and provided to all prospective proposers. 11 1.12 Inquiry Periods An initial inquiry period is hereby firmly set for all interested proposers to perform a detailed review of the RFP documents and to submit any written questions relative thereto. Without exception, all questions MUST be in writing (even if an answer has already been given to an oral question during the Pre-proposal conference) and received by the close of business on the Inquiry Deadline date set forth in the Schedule of Events. Initial inquiries shall not be entertained thereafter. All official responses to inquiries will be communicated in the form of an addendum. The Parish of Jefferson shall not and cannot permit an open-ended inquiry period, as this creates an unwarranted delay in the procurement cycle and operations of our agency and departments. The Parish of Jefferson reasonably expects and requires responsible and interested proposers to conduct their in-depth proposal review and submit initial inquiries in a timely manner. A final 3-day inquiry period may be granted, if additional questions or requests for clarification are received as a result of an addendum. Questions relative to the addendum shall be submitted no later than 3:30 p.m., three (3) full business days from the date the addendum is posted. If necessary, another addendum will be issued to address any final questions received. Thereafter, all proposal documents, including but not limited to the specifications, terms, conditions, plans, etc., will stand as written and/or amended clarified by any addendum issued as a result of the final inquiry period. Said written inquiries submitted by the proposer shall clearly cross-reference the relevant RFP section. The Parish shall only respond to those inquiries received by the established deadline. Answers to questions that change or substantially clarify the solicitation shall be issued by addendum and provided to all prospective proposers. Inquiries in accordance with this section may be delivered by e-mail or posted on the Central Bidding site: Phone: 504-364-2680 Purchasing Specialist II Email: sfolse@jeffparish.net Purchasing Specialist II Name: Shanna Folse 1.13 Required Signed and Notarized Affidavits Affidavits must be completed, signed, properly notarized and submitted in its original format prior to contract signing in accordance with Section 2-895 et. seq. of the Jefferson Parish Code of Ordinances. For the convenience of proposers, these affidavits have been combined into one form entitled, Request for Proposal Affidavit. 12 All proposers who submit a proposal with Jefferson Parish or with any of its agencies, divisions or special districts must identify all subcontractors and persons, excluding full time employees of the proposer, who would assist in providing services or materials under the proposal or who would share in any fees, commissions or other remuneration under the proposal. Substitutions or subsequent addition of subcontractor(s) or other persons to this RFP and any ensuing contract must be requested in writing and approved by Council Resolution. Said written request shall provide to the detailed justification of the compelling need for such addition substitution. 1.14 Proposal Guarantee (NOT APPLICABLE) 1.15 Performance Bond The successful proposer shall be required to provide a performance (surety) bond in the amount of 50% of the contract price to insure the successful performance of the agreement in accordance with the negotiated terms and conditions of the parties. The proposer acknowledges and agrees that the performance bond may be forfeited for successful proposer’s failure to fully and faithfully perform its obligations in accordance with the negotiated and executed agreement. 1.16 Fidelity Bond Requirements (NOT APPLICABLE) 1.17 Proposal Validity All proposals shall be irrevocable and considered valid from the receipt date for acceptance until such time a contract is executed. 1.18 Revisions, Withdrawals, Protest Procedures Changes or revisions may be made to submitted proposals, prior to the Proposal Receipt Date and Time, through the Jefferson Parish e-Procurement System. All addenda and changes must cross-reference the relevant RFP section. Proposer(s) request(s) for withdrawal of proposal(s) to this RFP must be submitted in writing and received prior to the Proposal Receipt Date and Time as set forth in Section 1.5, Schedule of Events. Any proposer that submitted a proposal in response to this Requests for Proposals may protest in writing to the Director of Purchasing within 48 hours of the evaluation committee meeting. The Purchasing Director will review the complaint in conjunction with the Parish Attorney’s Office who will then respond as soon as possible in writing to the proposer. 1.19 Cost of Offer Preparation All proposals submitted in response to this RFP shall be at the sole cost and expense of the proposer and shall not be subject to reimbursement by the Parish of Jefferson. 13 1.20 Acceptance of Proposal Content Proposer’s submission to this RFP shall be construed as an acceptance to be bound by the terms and conditions stated herein. Any action in contradiction of this acceptance may result in rejection by the Council. 1.21 Written or Oral Discussions/Presentations The Parish may conduct written or oral discussions with proposer(s) to clarify and/or enhance the Parish’s understanding of submitted material. Any commitments or representations made during these discussions, if conducted, may become formally recorded in the final contract. Conversely, the Parish may make awards based on initial offers. Neither negotiations nor changes to proposals will be allowed during these discussions. Proposers will be allowed forty-five (45) minutes to deliver a presentation during the Evaluation Committee Meeting. Presentations are voluntary and not required. Technical scoring will take place immediately following presentations. 1.22 Standard Terms and Conditions and Non-negotiable Contract Terms A. The standard general terms and conditions used by the Parish of Jefferson may be found in Resolution No. 136353. A copy may be obtained from the Parish Clerk’s Office, 6th Floor, General Government Building, 200 Derbigny Street, Gretna, LA 70053, (504) 364-2626. A copy of the resolution may also be downloaded by viewing the Purchasing Department webpage of Jefferson Parish’s website, www.jeffparish.net. B. Non-negotiable contract terms include but are not limited to taxes, assignment of contract, audit of records, EEOC and ADA compliance, record retention, content of contract/order of precedence, contract changes, force majeure, governing law, including ethics statements, claims or controversies, and termination based on contingency of appropriation of funds. C. It shall be the duty of every Parish officer, employee, department, agency, special district, board, and commission; and the duty of every contractor, subcontractor, and licensee of the Parish and the duty of every applicant for certification of eligibility for a Parish contract or program, to cooperate with the Inspector General in any investigation, audit, inspection, performance review, or hearing pursuant to Jefferson Parish Code of Ordinances Section 2-155.10 (19). By submitting a proposal, proposer acknowledges this and will abide by all provisions of the referenced Jefferson Parish Code of Ordinances. D. Inspector General: It shall be the duty of every parish officer, employee, department, agency, special district, board, and commission and the duty of every contractor, subcontractor, and licensee of the parish, and the duty of every applicant for certification of eligibility for a parish contract or program, to cooperate with the inspector general in any investigation, audit, inspection, performance review, or hearing pursuant to JPCO 2-155.10(19). http://www.jeffparish.net/ 14 By signing this document, every corporation, partnership, or person contracting with PARISH, whether by cooperative endeavor, intergovernmental agreement, bid, proposal, application or solicitation for a parish contract, and every application for certification of eligibility for a parish contract or program, attests that it understands and will abide by all provisions of JPCO 2-155.10. 1.23 Taxes Jefferson Parish is exempt from paying sales taxes under Louisiana State Revised Statute 47:301(8)(c). All prices for purchases of supplies and materials by Jefferson Parish shall be quoted exclusive of State and Parish taxes. 1.24 Selected Proposer’s Responsibilities The selected proposer shall be required to provide all items and services offered in his proposal. The proposer shall be the sole point of contact for all contractual matters, including payment of any and all charges resulting under the contract. 1.25 Sub-Contractor Requirements If the proposer intends to satisfy any of the Proposer Requirements and/or Scope of Work through the use of a subcontractor, the proposer shall include the name of the subcontractor and specific designations of the tasks to be performed or Vendor Requirements to be met by respective subcontractor(s). Upon request of Parish, the information requested of the proposer under the terms of this RFP shall also be supplied for each subcontractor used to satisfy any of the Proposer Requirements and/or Scope of Work included in the proposal. Please note that Subcontractors cannot be used to satisfy the license requirements of this RFP. Unless specifically permitted in the contract with the Parish of Jefferson, the successful proposer(s) shall not contract with any other party for furnishing any of the work herein requested in the Scope of Work without the ratification by Jefferson Parish Council Resolution. 1.26 Insurance Requirements Proposer shall furnish the Parish with certificates of insurance evidencing mandated coverage(s) pursuant to Resolution No. 136353, as amended, and Attachment “A”. A copy of Resolution No. 136353 may be downloaded from the Purchasing Department webpage on the Jefferson Parish website, www.jeffparish.net. 1.27 Subcontractor Insurance The proposer shall include all subcontractors as named insured under its policies or shall furnish separate certificates for each subcontractor. All coverages for subcontractors shall be in conformity with Resolution No. 136353, as amended. A copy of Resolution No. 136353 may be downloaded from the Purchasing Department webpage on the Jefferson Parish website, www.jeffparish.net. http://www.jeffparish.net/ http://www.jeffparish.net/ 15 1.28 No Guarantee of Quantities The Parish of Jefferson does not guaranty quantity or services required in the Scope of Work defined in Part II. The proposer shall provide all materials, labor, and equipment, whether specified or not, to provide a complete working system. The quantities of items or extent of Scope of Work are estimated values. In the event a greater or lesser quantity is required, the Parish reserves the right to increase or decrease said values in accordance with the price proposal. 1.29 Contract Negotiations The Parish administration shall negotiate the details of service delivery, the terms of the contract, and the contract price most advantageous to the Parish with the proposer(s) selected by the Jefferson Parish Council (sometimes referred to throughout this document as the “Council”) and submit the contract, in final form, to the Council for award. Contract negotiations are limited by Section 1.22(B) Non-negotiable Contract Terms in this RFP. In the event a contract cannot be successfully negotiated, the RFP Evaluation Committee shall seek authorization from the Council to negotiate a contract with another proposer under this RFP. 1.30 Cancellation of RFP or Rejection of Proposals In accordance with Section 2-895 of the Parish of Jefferson Code of Ordinances, the Parish through its Council may reject any or all proposals received in response to this RFP, or cancel this RFP prior to proposal Receipt Date and Time if in the best interest of the Parish. 1.31 Evaluation and Selection In conformity with Section 2-895 of the Jefferson Parish Code of Ordinances, all proposals will be evaluated by the RFP Evaluation Committee. Before beginning the evaluation process, the Evaluation Committee must review the RFP concerning not only the task of description, but also the qualifications and the evaluation criteria. The Evaluation Committee shall be comprised of members from requesting department (Water Department), Research and Budget, Purchasing, Public Works, Information Technology, Finance and Legal Department (Parish Attorney’s Office). The representative of the Legal Department shall act as secretary of the Evaluation Committee, and is solely responsible for disseminating all information received during the review process. Also, if deemed necessary and duly authorized by Council Resolution, additional employees of Jefferson Parish may be appointed as members of the RFP Evaluation Committee. The maximum technical points shall be calculated by multiplying the number of technical points assigned to the technical criterion multiplied by the number of evaluators scoring the proposal. After completion and tallying of the Technical Evaluation scores, each RFP Evaluation Committee member shall sign and date his/her individual score sheet. After the secretary of the Evaluation Committee collects all individual technical score sheets, the Purchasing Department representative and the requesting department representative shall tally the individual scores to obtain a total technical evaluation score for each proposer. 16 Following the tabulation of technical scores, the Purchasing Department representative shall open the sealed price proposals, and shall read the pertinent portions of those price proposals aloud. To the extent necessary, the Evaluation Committee may further review and analyze the price proposals and/or request and receive clarification of the pricing information provided by the proposers for submission to the Council. After discussion of all price proposals, the Finance Department representative shall calculate the cost evaluation portion of the scoring sheet, using the price proposals submitted by proposers and the formula below. The cost evaluation shall constitute twenty-five percent (25%) of the total price points assigned. The maximum cost points shall be calculated by multiplying the number of cost points assigned to price in the evaluation criterion multiplied by the number of evaluators scoring the proposal. The proposer with the lowest price shall receive the highest cost evaluation score. Other proposers will receive a cost evaluation score computed as follows: CS = (LPC/PC*X) Where: CS = Computed cost score for Proposer LPC = Lowest proposed cost submitted by Proposers PC = Proposer's cost X = Maximum combined cost points available. After the Finance Department representative completes the cost evaluation scores, the Purchasing Department representative and the requesting department representative shall each add the cost evaluation scores for each proposer to the tabulated technical scores of each proposer, totaling the final number of points assigned to each proposer. The tabulated score sheet shall be signed and dated by the Purchasing Department representative, the Finance Department representative and the requesting department representative. The secretary of the Evaluation Committee shall collect all individual and tabulated score sheets and deliver them to the Council Clerk. The Evaluation Committee shall prepare and forward to the Council a memorandum identifying the qualified proposers and explaining their rationale. Attached to the memorandum shall be copies of the cost proposals received in accordance with the RFP, along with any analysis or clarification completed regarding those cost proposals. A list of names of the responsive and responsible proposers shall be submitted to the Council along with a list of the non- responsive and non-responsible proposers. Responsibility of a proposer shall be determined in accordance with competitive sealed bids in the Revised Statutes of the State of Louisiana. Responsiveness shall be determined considering the materials that the proposer has submitted and the core requirements of the RFP. Proposers are invited to attend the evaluation meeting(s) and are encouraged to check the Jefferson Parish website, www.jeffparish.net, for meeting details. Upon completion of its analysis, the Council may either (i) adopt the resolution selecting the proposer(s) to supply the non-standard item(s) or perform the statement of work or scope of services; or (ii) reject all proposals. The Council shall select the proposal which received the highest cumulative score from the Evaluation Committee; except that the Council may select a proposer or multiple proposers other than the highest-ranked proposer provided that proposer selected has been given a cumulative score by the http://www.jeffparish.net/ 17 committee that received a total maximum score of at least eighty percent (80%). There are times when selection of multiple vendors to provide the same services is in the best interest of the Parish. If multiple vendors are selected, the Parish administration is to negotiate favorable contract terms which are to include identical pricing for all selected vendors. Award of the contract may be made without discussions after proposals are received and evaluated. Proposals should, therefore, be submitted on the most favorable terms which the proposer can submit, from a technical standpoint; and from a price standpoint. If the Evaluation Committee determines that discussions are necessary, written submissions or oral discussions/presentations may be required from all proposers. A 45-minute presentation to the RFP evaluation committee will be allowed at the Evaluation Committee Meeting. 1.32 Indemnification Proposer shall agree to indemnify and hold harmless the Parish of Jefferson, its departments, agencies, boards and commissions, officers, agents, servants and employees, including volunteers, against any and all claims, demands, suits, costs, liabilities or judgments for sums of money, and fines or penalties asserted by any party, firm or organization for loss of life or injury or damages to person or property, growing out of, resulting from, or by reason of any negligent acts, errors, and/or omissions by proposer, its agents, servants or employees, while engaged upon or in connection with the services required to be performed by proposer under this RFP. Further, proposer shall agree to indemnify the Parish of Jefferson, its departments, agencies, boards and commissions, officers, agents, servants and employees, including volunteers for all reasonable expenses and attorney’s fees incurred by or imposed in connection therewith for any loss, damage, injury or other casualty pursuant to this RFP. Proposer additionally shall agree to pay all reasonable expenses and attorney’s fees incurred by the Parish of Jefferson, its departments, agencies, boards and commissions, officers, agents, servants and employees, including volunteers in establishing the right to indemnity pursuant to the provisions stated herein. 1.33 Payment for Services The proposer shall address the invoice to the Jefferson Parish Water Department pursuant to the payment terms negotiated in the contract. The invoice shall be submitted to the Engineer for review and agreement on quantities. The Engineer will forward the invoice to the Jefferson Parish Water Department with a recommendation of payment. Payments will be made by the Jefferson Parish Water Department no earlier than thirty (30) days after receipt of a properly executed invoice, and approval by the Engineer and Jefferson Parish Water Department. Invoices shall include the contract and order number, using department and product or service purchased. Invoices submitted without the referenced documentation will not be approved for payment until the required information is provided. 18 With each invoice submitted, the successful proposer holding said non-bid contract shall acknowledge that no subcontractors or other persons have been added to the contract without prior Council approval by resolution. Failure to comply with this section shall result in penalties imposed upon the successful proposer under contract as set forth in section 2-935.1 for professional service providers. 1.34 Termination The proposer affirmatively acknowledges and agrees that the terms of any ensuing contract shall be binding upon the parties thereto until the work has been completed and accepted by the Parish; but said contract may be terminated under any or all of the following conditions: A. By mutual agreement and consent of the parties thereto. B. By the Parish as a consequence of the failure of successful proposer(s) to comply with the terms or quality of work in a satisfactory manner, proper allowance being made for circumstances beyond the control of successful proposer(s) provided the Parish will give successful proposer(s) written notice of any such failure and ten (10) days (or more if authorized in writing by the manager) to cure any such failure. C. By either party upon failure of the other party to fulfill its obligation as set forth in the contract. D. By the Parish for convenience by issuing successful proposer(s) thirty (30) days written notice. The continuance of this contract is contingent upon the appropriation of funds to fulfill the requirements of the contract by the Council. If the Council fails to appropriate sufficient monies to provide for the continuation of the contract, or if such appropriation is reduced by the veto of the Parish President to prevent the total appropriation for the year from exceeding revenues for that year, or for any other lawful purpose, and the effect of such reduction is to provide insufficient monies for the continuation of the contract, the contract shall terminate on the date of the beginning of the first fiscal year for which funds are not appropriated. 1.35 Assignment The proposer affirmatively acknowledges and agrees that any ensuing contract shall be binding upon the successors and assigns for the parties thereto. The ensuing contract being for the personal services of the successful proposer(s) shall not be assigned or subcontracted in whole or in part by said successful proposer(s) as to the services to be performed hereunder without the written consent of the Parish, in the Parish’s sole discretion. 19 1.36 EEOC and ADA Compliance The proposer agrees to abide by the requirements of the following as applicable: Title VI and VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order 11246, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran’s Readjustment Assistant Act of 1974, Title IX of the Education Amendments of 1972, the Age Discrimination in Employment Act of 1972, and the Contracting Party agrees to abide by the requirements of the American with Disabilities Act of 1990. The proposer shall keep informed of and comply with all federal, state and local laws, ordinances and regulations which affect his employees or prospective employees. Any act of discrimination committed by the proposer, or failure to comply with these statutory obligations, when applicable, shall be grounds for termination of the contract. 1.37 Audit of Records A. Proposer(s) affirmatively acknowledges and agrees that pursuant to any ensuring contract, successful proposer shall maintain adequate books of account with respect to its services, in accordance with generally accepted accounting principles (GAAP) in a form and method acceptable to the Parish. Successful proposer(s) shall permit Parish and Parish’s agents from time-to-time within forty-eight (48) hours written notice, to inspect, copy and audit during successful proposer(s) normal business office hours, the books and records pertaining to the services provided under the contract. Parish’s right to audit, inspect, and make copies of proposer’s records shall be at the sole expense of Parish. B. Periodic and/or Annual Reports. At any time, the Parish may request that the successful proposer(s) with the minimum of thirty (30) days written notice, prepare and/or produce a report of the results of operations, as it pertains to any ensuring contract, in the previous fiscal year prepared in accordance with generally accepted accounting principles (GAAP). The report must be prepared and certified by an independent certified public accounting firm. (For purposes of said contract, each “fiscal year” begins on January 1 and ends on December 31 of the same year.) 1.38 Record Retention The proposer shall maintain all records in relation to the proposed contract at its location for a period of at least five (5) years upon expiration or earlier termination of the contract or for a period stipulated by the governing State and Federal regulations, whichever is longer. 20 1.39 Record Ownership The proposer acknowledges and agrees that all records, reports, documents, or other material(s) developed or resulting from this RFP shall be the sole property of the Parish of Jefferson, and shall be returned to the Parish by proposer upon request at expiration or earlier termination of a contract. 1.40 Content of Contract/Order of Precedence In the event of a conflict among documents, the order of precedence which shall govern is as follows: 1) the final contract; and, 2) the Request for Proposal (RFP) and addenda (if any); and, 3) Resolution No. 136353; and, 4) the Proposer’s proposal and any amendments thereto. 1.41 Contract Changes Upon negotiation of a bona-fide contract between the parties, no additional changes, amendments, or modifications may be completed without the prior ratification of the Council. 1.42 Substitution of Personnel Substitution of personnel shall be approved by the Council, prior to any replacements. In addition to the foregoing, if during the term of the contract, the successful proposer cannot provide the personnel or subcontractor as stated in its submission, proposer shall submit a written request for substitution supported by resume of qualifications and written certification that said substitution shall meet or exceed the requirements stated herein. Said substitution shall be at the Parish’s sole discretion. 1.43 Force Majeure The proposer or Parish of Jefferson shall be exempted from performance under the terms and conditions of the negotiated contract if the proposer or Parish is prevented from performing any services in whole or in part as a result of any act of God, strike, war, civil disturbance, epidemic, pandemic or court order; provided the proposer or Parish of Jefferson has prudently and promptly acted to undertake any and all corrective steps that the respective parties can perform. Subject to this provision, such nonperformance shall not be construed as considered cause or grounds for early termination of the contract. 1.44 Governing Law All activities associated with this RFP process shall be interpreted under the laws of the State of Louisiana. All proposal submissions shall be governed in accordance with provisions of Louisiana State laws and Jefferson Parish Code of Ordinances; standard terms and conditions; Resolution No. 136353. 21 1.45 Claims or Controversies Proposer, as evidenced by his/her signature, agrees that the ensuing contract shall be made in accordance with the laws of the State of Louisiana. The proposer hereby agrees to the exclusive jurisdiction and venue of the 24th Judicial District Court for the Parish of Jefferson, State of Louisiana. PART II – SCOPE OF WORK/SERVICES 2.1 Scope of Work/Services The scope of work for this project is to replace all residential and commercial water meters with sizes ranging from 5/8”x3/4” to 12”. 5/8”x3/4” and 1” water meters shall be replaced with a new positive displacement water meter with a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register with a Nicor connector which enables connection to a battery operated AMI radio transmitter. 2” water meters shall be replaced with either a new positive displacement, or compound water meter, depending on the existing type of meter, with a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register with a Nicor connector which enables connection to a battery operated AMI radio transmitter. 3” to 12” water meters shall be replaced with turbine or compound water meter, depending on the existing type of meter, with a brass, bronze alloy, or epoxy coated ductile iron housing and mechanical dial register with a Nicor connector which enables connection to a battery operated AMI radio transmitter. All new meters shall be Advanced Metering Infrastructure (AMI) radio frequency compatible. The replacement of curb stops, gate valves, meter boxes and/or meter lids may be necessary if broken or not in working condition. Also, the scope of work includes installing a licensed fixed network Advanced Metering Infrastructure (AMI) system which includes data collectors, radios, software, interfaces, etc. It will be a requirement of the proposer to provide a meter change out interface to update the new meter serial number in the Parish’s AS400 billing system and any other interfaces required to communicate between the AMI and installation software and Parish’s software. Additionally, a lead service line material classification survey for each meter must be conducted in accordance with the guidelines set forth by the EPA. Technical project specifications are attached to this RFP in Attachment E for additional project details. Proposers shall comply with the technical specifications in Attachment “E”. Due to Hurricane Ida, the existing water meters in the areas of Grand Isle and Lafitte were covered with sand or mud. As a part of this project, the Jefferson Parish Water Department would like to Proposer to dig out these water meters for replacement. In Grand Isle, the existing water meters shall be inspected to determine if they are in working condition. If in working condition, the existing meters in Grand Isle do not need to be replaced. 22 2.2 Period of Agreement The total preferred term of any resulting contract is four (4) years. The preferred term to install the AMI data collector infrastructure and software integration is six (6) months. The proposer shall include a project schedule in the proposal as discussed in Section 1.7. 2.3 Price Proposal (Price Schedule) Price proposals and/or price schedules shall be submitted in a separate electronic sealed envelope as notated on the Central Bidding page as “Pricing Attachments”. Price Proposals will remain sealed and shall not be read until the completion of the scoring of the Technical Evaluation during the RFP Evaluation Committee Meeting. Price Proposals shall not be included in the technical evaluation criteria. Once read, the Price Proposals will be evaluated and scored in accordance with Section 1.31. Price proposals shall be worth twenty-five percent (25%) of the total price points assigned. Pricing must be submitted on the Price Proposal (Price Schedule) furnished in Attachment “F”. All proposed pricing shall be inclusive of all additional costs and expenses, including shipment. Prices submitted shall remain firm for the term of the contract, unless otherwise negotiated. The proposer shall submit pricing for all items included in Attachment “F” Pricing Table including all materials and labor. 2.4 Deliverables Every proposer must describe what deliverables will be provided per their proposal, and how the proposed deliverables will be provided. 2.5 Location The location where services are to be performed is Parish Wide, which includes the incorporated cities and towns of Harahan, Kenner, Grand Isle, and Lafitte, as well as the Timberlane Subdivision of the City of Gretna and the unincorporated areas of Avondale, Barataria, Bridge City, Crown Point, Harvey, Marrero, Metairie, Nine Mile Point, River Ridge, Terrytown, Waggaman, and Westwego. 2.6 Financial Profile Proposers are requested to submit documentation from the past three (3) years demonstrating proposer’s financial stability. 23 Documentation may include audited financial statements including balance sheets, income statements, documentation regarding retained earnings, assets, liabilities, etc. Proposer must include information demonstrating the proposer’s financial stability and ability to obtain and maintain bonding and insurance requirements in order to be eligible to be assigned a higher score. Proposals which lack the description of the proposer’s financial status or the required certification of bonding and insurance requirements may be assigned a lower score. 2.7 Proposal Elements A. Technical 1. Each proposer shall address how the proposer will achieve/meet the scope of work as stated in Section 2.1. Technical approach shall detail the following: Plans and/or schedule of implementation, orientation, and/or installation, etc. (whichever is relevant to the RFP requirements). 2. Plans for necessary training, where applicable. Information demonstrating an affirmative statement shall be required that the proposer has reviewed the scope of work, understands the nature thereof and is willing and capable of providing the services thereof. 3. In addition to the above information required for the technical portion of the proposal, the proposer shall also submit the completed Attachment “G” – Meter and AMI Specification Summary Tables as a part of the technical portion of the proposal. This will allow the Parish to determine if the proposer meets and complies with the Parish’s meter requirements as stated in Attachment “E” - Technical Specifications. B. Qualifications and Experience 1. Proposers shall provide a detailed statement of related services to government entities or private entities which identifies customer satisfaction, demonstrated volume of merchants, etc. Proposer must provide a detailed description of customer service capabilities, including resumes of personnel assigned, total number of personnel and timeline of customer inquiries and complaints, as applicable. 2. Proposer shall provide resumes for account manager(s), designated customer service representative(s) and any and all key personnel anticipated to be assigned to this project, in addition to resumes of any and all subcontractors. 24 PART III – FEDERAL CONTRACT PROVISIONS 3.1 Federal Contract Provisions (NOT APPLICABLE) 1. Prevailing wages do not apply to this RFP. 2. This RFP does not require unionized meter installation personnel. 3. This RFP does not have any domestic or foreign requirements for materials used. PART IV – EVALUATION 4.1 Evaluation Criteria The proposed evaluation criteria shall be looked upon as standards which measure how well a proposer's approach meets desired performance requirements, and which permit an evaluation of the differences between desired performance characteristics and what the proposer proposes to do. The proposed evaluation criteria shall measure how well a proposer’s approach meets desired minimum performance standards defined in the RFP, and shall allow for the quantification of the differences between those stated minimum standards and what the proposer intends to do. In accordance with Section 2-895 of the Code of Ordinances for Jefferson Parish a scoring system must be devised and impartially applied to each proposal to assure objectivity and thoroughness in comparative analysis. Cost evaluation shall constitute twenty-five percent (25%) of the total price points assigned. Evaluation of cost shall take place after technical evaluation has been completed. A. TECHNICAL PROPOSAL (Maximum of 75 Points per Evaluator) The following criteria shall measure the qualifications, technical capabilities and core competency of the proposers and their submissions: i. Water Meters 1. Meter Type (i.e. Positive Displacement, Mechanical Dial) & Materials 15 2. Meter Flow Range 5 3. Pipes, Valves, Fittings, Boxes, Lids, Miscellaneous Installation Materials, and Meter Installation Project Schedule 5 4. Meter Warranties 10 ii. Advanced Metering Infrastructure (AMI) System 1. AMI Infrastructure 5 25 2. Radio License Type & Network Devices (Data Collectors & Handhelds) 10 3. Professional Services and AMI System Installation Project Schedule 5 4. Operation and Maintenance 5 iii. Specific Experience in similar or larger scope of services currently being proposed 5 iv. Personnel Experience of Staff in similar scope of services currently being proposed 5 v. Financial Profile of Company 5 B. COST PROPOSAL The proposer with the lowest price shall receive the highest cost evaluation score. Other proposers will receive a cost score computed as follows: CS = (LPC/PC*X) Where: CS = Computed cost score for Proposer LPC = Lowest proposed cost submitted by Proposers PC = Proposer’s cost X = Maximum combined cost points available Maximum # of Points 25 per Evaluator TOTAL MAXIMUM POINTS FOR THIS RFP 100 PER EVALUATOR. PART V – PERFORMANCE STANDARDS 5.1 Performance Requirements • Proposer’s timely submission of reports • Proposer’s submission of accurate and itemized invoices • Proposer’s adherence to project schedule/meet completion date • Proposer’s ability to provide key personnel with knowledge and technical expertise 26 5.2 Performance Measurement/Evaluation • Did the proposer finish ahead of schedule? • Did the proposer respond to Parish correspondence in a timely manner? • Were complaints/problems resolved in a reasonable and cooperative manner? • Was the proposer reasonable and responsive to Parish needs? • Was the final product usable for the purpose intended? • Were changes in key personnel made? How often? With or without notice? 27 PART VI - APPENDICIES ATTACHMENT “A” INSURANCE REQUIREMENTS All insurance requirements shall conform to Jefferson Parish Resolution No. 136353 (previously 113646). The proposer shall not commence work under this contract until it has obtained all insurance and complied with the insurance requirements of the specifications and Resolution No. 136353 (amends Resolution No. 113646), as amended. Proposers must provide with proposal submission a current (valid) insurance certificate evidencing required coverages. The current insurance certificate will be used for proof of insurance at time of evaluation. Thereafter, and prior to contract execution, the selected proposer will be required to provide final insurance certificates to the Parish which shall name the Jefferson Parish, its Districts Departments and Agencies under the direction of the Parish President and the Parish Council as additional insureds regarding negligence by the contractor for the Commercial General Liability, Workmen’s Compensation Insurance and the Comprehensive Automobile Liability policies. Additionally, said certificates should reflect the name of the Parish Department receiving goods and services and reference the respective Jefferson Parish RFP solicitation number WORKER’S COMPENSATION INSURANCE As required by Louisiana State Statute, exception; Employer’s Liability, Section B shall be $1,000,000 per occurrence when Work is to be over water and involves maritime exposures to cover all employees not covered under the State Worker’s Compensation Act, otherwise this limit shall be no less than $500,000 per occurrence. COMMERCIAL GENERAL LIABILITY Shall provide limits not less than the following: $1,000,000.00 Combined Single Limit per Occurrence for bodily injury and property damage. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily injury liability $1,000,000.00 each person; $1,000,000.00 each occurrence. Property Damage Liability $1,000,000.00 each occurrence. DEDUCTIBLES No insurance required shall include a deductible greater than $10,000.00. The cost of the deductible is borne by the proposer. UMBRELLA LIABILITY COVERAGE An umbrella policy or excess may be used to meet minimum requirements. 28 ATTACHMENT “B” Request for Proposals #0481 To provide and install new water meters and advanced metering infrastructure (AMI) in Jefferson Parish SIGNATURE PAGE The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFP’S) from qualified proposers who are interested in providing and installing new water meters and advance metering infrastructure (AMI) for the Jefferson Parish Water Department. Request for Proposals will be received until 3:30 p.m. Local Time on: April 18, 2024. Acknowledge Receipt of Addenda: Number: _______________ Number: _______________ Number: _______________ Number: _______________ Number: _______________ Number: _______________ Name of Proposer: ______________________________________________________________ Address: ______________________________________________________________________ ______________________________________________________________________ Phone Number: ______________________ Fax Number_____________________________ Type Name of Person Authorized to Sign: ____________________________________ Title of Person Authorized to Sign: __________________________________________ Signature of Person Authorized to Sign: ______________________________________ Email Address of Person Authorized to Sign: __________________________________ Date: ___________________________ This RFP signature page must be signed by an authorized Representative of the Company/Firm for proposal to be valid. Signing indicates you have read and comply with the Instructions and Conditions. 29 ATTACHMENT “C” CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF INCORPORATED. AT THE MEETING OF DIRECTORS OF ____________________________________ INCORPORATED, DULY NOTICED AND HELD ON _________________________, A QUORUM BEING THERE PRESENT, ON MOTION DULY MADE AND SECONDED. IT WAS: RESOLVED THAT _________________________________________, BE AND IS HEREBY APPOINTED, CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-IN-FACT OF THE CORPORATION WITH FULL POWER AND AUTHORITY TO ACT ON BEHALF OF THIS CORPORATION IN ALL NEGOTIATIONS, BIDDING, CONCERNS AND TRANSACTIONS WITH THE PARISH OF JEFFERSON OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL PROPOSALS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS AND TO RECEIVE ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH PROPOSAL OR CONTRACT, THIS CORPORATION HEREBY RATIFYING, APPROVING, CONFIRMING, AND ACCEPTING EACH AND EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY-IN-FACT. I HEREBY CERTIFY THE FOREGOING TO BE A TRUE AND CORRECT COPY OF AN EXCERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RESCINDED. SECRETARY-TREASURER DATE 30 ATTACHMENT “D” Request for Proposal Affidavit Instructions • Affidavit is supplied as a courtesy to Affiants, but it is the responsibility of the affiant to insure the affidavit they submit to Jefferson Parish complies, in both form and content, with federal, state and Parish laws. • Affidavit must be signed by an authorized representative of the entity or the affidavit will not be accepted. • Affidavit must be notarized or the affidavit will not be accepted. • Notary must sign name, print name, and include bar/notary number, or the affidavit will not be accepted. • Affiant MUST select either A or B when required or the affidavit will not be accepted. • Affiants who select choice A must include an attachment or the affidavit will not be accepted. • If both choice A and B are selected, the affidavit will not be accepted. • Affidavit marked N/A will not be accepted. • It is the responsibility of the Affiant to submit a new affidavit if any additional campaign contributions are made after the affidavit is executed but prior to the time the Council acts on the matter. • RFP Affidavit must be submitted in its original format prior to approval in accordance with Sec. 2-895(b) of the Jefferson Parish Code of Ordinances. Instruction sheet may be omitted when submitting the affidavit. 31 Request for Proposal AFFIDAVIT STATE OF _________________ PARISH/COUNTY OF _________________ BEFORE ME, the undersigned authority, personally came and appeared: _____________ ___________________, (Affiant) who after being by me duly sworn, deposed and said that he/she is the fully authorized _______________________ of ___________________ (Entity), the party who submitted a proposal in response to RFP Number ___________, to the Parish of Jefferson. Affiant further said: Campaign Contribution Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all campaign contributions, including the date and amount of each contribution, made to current or former elected officials of the Parish of Jefferson by Entity, Affiant, and/or officers, directors and owners, including employees, owning 25% or more of the Entity during the two-year period immediately preceding the date of this affidavit or the current term of the elected official, whichever is greater. Further, Entity, Affiant, and/or Entity Owners have not made any contributions to or in support of current or former members of the Jefferson Parish Council or the Jefferson Parish President through or in the name of another person or legal entity, either directly or indirectly. Choice B ______ there are NO campaign contributions made which would require disclosure under Choice A of this section. 32 Affiant further said: Debt Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all debts owed by the affiant to any elected or appointed official of the Parish of Jefferson, and any and all debts owed by any elected or appointed official of the Parish to the Affiant. Choice B ______ There are NO debts which would require disclosure under Choice A of this section. Affiant further said: Solicitation of Campaign Contribution Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all elected officials of the Parish of Jefferson, whether still holding office at the time of the affidavit or not, where the elected official, individually, either by telephone or by personal contact, solicited a campaign contribution or other monetary consideration from the Entity, including the Entity’s officers, directors and owners, and employees owning twenty-five percent (25%) or more of the Entity, during the two-year period immediately preceding the date the affidavit is signed. Further, to the extent known to the Affiant, the date of any such solicitation is included on the attached list. Choice B ______ there are NO solicitations for campaign contributions which would require disclosure under Choice A of this section. Affiant further said: That Affiant has employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project or in securing the public contract were in the regular course of their duties for Affiant; and 33 That no part of the contract price received by Affiant was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project were in the regular course of their duties for Affiant. Affiant further said: Subcontractor Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Affiant further said that attached is a listing of all subcontractors, excluding full time employees, who may assist in providing professional services for the aforementioned RFP. Choice B ______ There are NO subcontractors which would require disclosure under Choice A of this section. ____________________________________ Signature of Affiant ____________________________________ Printed Name of Affiant SWORN AND SUBSCRIBED TO BEFORE ME ON THE _______ DAY OF ___________, 20___. ____________________________________ Notary Public ____________________________________ Printed Name of Notary ____________________________________ Notary/Bar Roll Number My commission expires ________________. TABLE OF CONTENTS ATTACHMENT “E” – TECHNICAL SPECIFICATIONS TABLE OF CONTENTS Pages 01010 Summary of Work 1- 5 01025 Measurement and Payment 1- 26 01026 Schedule of Values 1- 1 01046 Modifications to Existing Piping 1- 1 01152 Requests for Payment 1- 2 01200 Project Meetings 1- 4 01340 Shop Drawings, Product Data, and Samples 1- 5 01410 Testing Lab Services 1- 3 01700 Contract Closeout 1- 4 01730 Operating and Maintenance Data 1- 4 02060 Asphaltic Concrete 1- 1 02085 Meter Boxes and Meter Box Lids 1- 12 02090 Concrete Walks and Drives 1- 5 02100 Cleanup Dressing and Sodding 1- 1 02190 Meter Box Resetting and Leveling 1- 1 02230 Water Distribution 1- 1 02615 Ductile Iron Pipe & Fittings 1- 2 02622 Polyvinyl Chloride Pipe 1- 3 02623 Polyethylene Tubing & Fittings 1- 3 03300 Cast-in Place Concrete 1- 5 11910 Water Meters 1- 14 11950 Advanced Metering Infrastructure 1- 21 15100 Valves and Appurtenances 1- 4 END OF SECTION 01010-1 SECTION 01010 SUMMARY OF WORK PART 1 – GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS/REQUIREMENTS INCLUDED A. The work of this contract includes labor and materials to replace approximately 140,088 existing residential and commercial water meters with new advanced metering infrastructure (AMI) compatible water meters and a licensed radio frequency fixed network AMI system. The AMI system shall include data collectors installed on existing Jefferson Parish designated infrastructure such as water towers and ground storage tanks, and radios with external antennas installed through the meter box lids. Approximately 20,500 existing 2” and smaller Badger (Models 25, 70, and 170) water meters with an existing ERT connector do not need to be replaced with a new water meter if they are in working condition but will need a new radio installed at the meter. Therefore, the new radios at these approximately 20,500 shall be furnished with an ERT connector and not the Nicor connector required at new meters. B. The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all work required by these specifications. C. The Contractor shall perform the work complete, in place and ready for continuous service, and shall include repairs, replacements, and restoration required as a result of damages caused during this construction. D. The Contractor shall furnish and install all materials, equipment, and labor which is reasonably and properly inferable and necessary for the proper completion of the work, whether specifically indicated in the Contract Documents or not. 1.02 WORK SEQUENCE A. All work to be done under this contract shall be done with minimum inconvenience to the users of the water system. The Contractor shall coordinate such that water service is maintained to all users to the maximum extent possible. a. The Contractor shall place a door hanger or mailer to notify the water customer of the water meter and radio replacement at least one week prior to installation. A proof of the door hanger or mailer shall be submitted to the Engineer and Parish for review and approval. Jefferson Parish will notify the residents of the project on their website and social media pages. b. For residential addresses, the contractor shall knock on the customers door prior to the new water meter installation to notify the customer that they will be without water for a short period of time. c. For commercial addresses, the contractor shall contact the customer to 01010-2 schedule the water meter replacement at a convenient time for their business. d. After every new water meter installation, the contractor shall leave a door hanger notifying the resident that their water meter has been replaced with the date and time of replacement. The door hanger shall include a contact name and number for the contractor Call Center so that the customer can report any problems after installation. The selected contractor will be responsible for the Call Center and Appointment Scheduling. B. Construct work in stages to accommodate the Owner and Public’s use of the premises during the construction period; coordinate the schedule and operations with the Owner's representative. C. The Parish has twenty-one (21) water cycles. The contractor must complete 90% of the replacement of water meters, radio installations and programming, and site restoration within one cycle prior to moving on to the next cycle. D. The AMI data collectors that cover the following areas shall be installed first: Grand Isle, Lafitte and Kenner. The preferred term to install all AMI data collector infrastructure and software integration is six (6) months and shall be installed prior to meter installations in the area. E. The Parish addresses are organized by cycles. The Parish will provide the selected contractor with a meter download file that will be in accordance with their sequential route and billing schedule, but routing will be left up to the contractor. This will include any special notes or instructions that meter readers have noted. The Parish does not have record of an approximate number of hard to access meters or the number of small commercial metering applications. The below tables provide an approximation of meter counts within each cycle. The numbers frequently change due to the daily incoming and outgoing customers. EASTBANK Cycle Number Number of Meters 10 16,787 20 11,370 30 18,436 40 13,117 50 12,656 60 18,800 70 0 80 0 90 646 WESTBANK Cycle Number Number of Meters 1 6,414 01010-3 2 9,705 3 7,898 4 9,100 5 13,297 6 8,211 7 135 8 (Lafitte) 1,893 9 366 GRAND ISLE Cycle Number Number of Meters 95 618 96 538 97 601 98 498 F. The replacement of water meters, radios, and site restoration must be completed in the following order: 1) West Bank: Grand Isle (Cycles 95, 96, 97, and 98) and Lafitte (Cycles 8) Meter Sizes by Cycle as of 11/15/2023 (Removed Meters Included) 3⁄4” 1” 2” 3” 4” 6” Total 8 (Lafitte) 1935 509 98 2 1 2545 95 (GI) 608 33 13 3 1 658 96 (GI) 545 35 15 595 97 (GI) 652 15 667 98 (GI) 594 18 8 2 622 Total 5087 2) East Bank: Kenner (Cycle 60) 3) The priority of the next cycle on each bank shall be coordinated with the Water Department as the next cycle installation priority will be the current billing cycle at that time. All meters in Grand Isle and Lafitte are currently being estimated. Therefore, it is the intent of the project to have the water meters and radios in Grand Isle and Lafitte replaced first due to the effects of Hurricane Ida in these areas. Once these cycles are completed, two residential crews on the East Bank and West Bank shall be working simultaneously. Additionally, a separate commercial crew shall be working simultaneously throughout the Parish. A minimum of three total crews shall be deployed at all times. G. The existing water meters that will be removed during replacement shall remain the 01010-4 property of the Parish. The Contractor will be required to remove the meters and dispose of them in the Parish designated areas below: East Bank: Public Works Central Warehouse 4901 Jefferson Highway Suite C Jefferson, LA 70121 OR 3600 Jefferson Highway Jefferson, LA 70121 West Bank: Public Works West Bank Warehouse 1500 River Park Blvd. Bridge City, LA 70094 1.03 STORAGE AREAS/WAREHOUSE A. Contractor shall limit his use of the construction areas for work and storage to allow for: 1) Work by other contractors. 2) Owner use. 3) Public use. B. Coordinate use of work site under direction of Engineer. C. Contractor will be responsible for obtaining and paying for the use of storage, areas, or warehouses needed for secure storage of material and equipment through the entire duration of the project. D. All materials and equipment shall be stored per the manufacturer’s recommendations until installation. Contractor shall assume full responsibility for the protection and safekeeping of products under this contract. E. Arrange storage in a manner to provide easy access for inspection. 1.04 OWNER OCCUPANCY A. Cooperate with Owner's representative in all construction operations to minimize conflict, and to facilitate Owner usage. B. Contractor shall at all times conduct his operations as to insure the least inconvenience to the general public. 01010-5 PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION Not Used. END OF SECTION 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 – GENERAL A. Refer to Pricing Table. B. Payment shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labors, operations, and incidentals appurtenant to complete the work being described, as necessary to complete the various items of the work all in accordance with the requirement of the Contract Documents, including all costs of compliance with the regulations of public agencies having jurisdiction. The Contractor is hereby on notice that no separate payment will be made for any item not specifically called out, but that is required to properly complete the project. PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION Not Used. PART 4 – MEASUREMENT AND PAYMENT 4.01 GENERAL The total proposed price shall cover all work required by the Contract Documents. All costs in connection with the proper and successful completion of the work, including furnishing all materials, supplies, and appurtenances; providing all construction equipment, and tools; performing all necessary labor and supervision to fully complete the work, shall be included in the proposed price. All work not specifically set forth as a pay item in the pricing table shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be incidental to the pay items. 4.01 MEASUREMENT AND PAYMENT (LUMP SUM ITEMS) The lump sum items shall include all tools, equipment, supplies, and manufactured articles, and for all labors, operations, and incidentals appurtenant to complete the work as shown and detailed in the contract documents. Prior to beginning construction, the Contractor shall provide a detailed itemized cost breakdown of the lump sum items to be used for processing monthly payment applications. 01025-2 A. Project Management Measurement for payment for project management will be on a lump-sum basis as specified herein. Payment for project management shall be made in equal monthly percentage of this item beginning on the notice to proceed date and ending at project completion. Project management shall include reports pertaining to schedule, budgets, and performance requirements, required project goals and milestone deliverables, project management meetings, installation meetings, all preparatory work, necessary permit acquisition, insurance and bonds, movement of personnel, equipment, supplies and incidentals to the project site and other construction facilities necessary for work on this project. B. Installation Software and AS400 Meter Replacement Interface Measurement for installation software and AS400 meter replacement interface will be made on a lump sum basis as specified herein. Payment for installation software and AS400 meter replacement interface shall be made in equal monthly percentage of this item once the interface process begins and ending once the interfaces have been completed and tested, and shall include all installation software, database maintenance, and AS400 meter replacement interfacing. This shall include routine diagnostics for data corruption and abnormalities, rebuilding of indexes, and removal of duplicate records. The AS400 meter replacement interface shall provide the Parish with the ability to update the old meter serial numbers in their existing AS400 system with the new installed meter serial numbers. C. Training Measurement for payment for training will be on a lump-sum basis once training has been completed. Payment for training shall include all preparatory work, training location and equipment, training curriculum, instructors, training objectives and outlines, training aids, and testing. Training shall be for both installers and owner employees. D. Printing and Postage Measurement for payment for printing and postage will be on a lump-sum basis as specified herein. Payment for printing and postage shall be made based on the percentage of meters installed and shall include all necessary customer notification documentation such as door-hangers and mailers required to notify customers of upcoming work and door-hangers notifying customers of the completed work with contact information. E. Warehousing Measurement for payment for warehousing will be on a lump sum equal percentage basis through the duration of the project. Payment for warehousing 01025-3 shall include all work to obtain a warehouse to securely store all material and equipment for the duration of the project. F. Meter Data Management Software as a Service (SaaS) Configuration Measurement for configuration of meter data management software (SaaS) will be made on a lump sum basis as specified herein. Payment for meter data management software configuration shall be made in equal monthly percentage of this item beginning on the notice to proceed date and ending once the configuration has been complete and tested and shall include all software, testing and configuration. This shall include routine diagnostics for data corruption and abnormalities. G. IT System Interface(s) Measurement for IT System Interface(s) will be made on a lump sum basis as specified herein. Payment for IT System interface shall be made in equal monthly percentage of this item once the interface process begins and ending once the interfaces have been completed and tested and shall include all interfaces needed to successfully integrate the owner's billing (AS400 and PAYSTAR) and work order systems with the meter data management system software, the installation/field programing software and any other software needed for the AMI system. H. Field Programing Software Measurement for the field programing software will be made monthly with the percentage of the lump sum of radios that have been installed each month. Payment for field programing software shall be made on a monthly basis once radio installation and programming begins and shall include all software and hardware for installation field programing, software/database maintenance, configuration, and any licenses required. This shall include routine diagnostics for data corruption and abnormalities. I. Call Center Services Measurement for payment for call center services will be on a lump-sum basis as specified herein. Payment for call center services shall be made in equal monthly percentage of this item beginning on the approved date that call center services setup will begin and ending at project completion. Call center services shall be available once meter installations begin on a 24 hours, 7 days a week basis to answer any calls for the duration of the meter installations. 4.02 MEASUREMENT AND PAYMENT (UNIT PRICE ITEMS) All unit price items include estimated quantities stipulated in the Pricing Table and are to be used only (a) as a basis for estimating the probable cost of the work, 01025-4 and (b) for the purpose of comparing the proposals submitted for the work. The actual amount of work done, and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Payment for installation services shall be based on accepted installations. Proposer shall provide documentation to the owner and engineer including the list of individual addresses completed, work completed at each address, a date and other details to be specified. No compensation will be given for any quantities not used. A. 5/8” x 3/4” Positive Displacement Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all necessary equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. B. 1” Positive Displacement Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. C. 2” Positive Displacement Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. D. 2” Compound Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. 01025-5 E. 3” Turbine Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. F. 3” Compound Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. G. 4” Turbine Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. H. 4” Compound Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. I. 6” Turbine Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all equipment, tools, Nicor connector, strainers (either internal or external), and incidentals to the water meters in accordance with the specifications. Copies of all delivery tickets shall be submitted as backup documentation with pay application. 01025-6 J. 6” Compound Water Meter with Mechanical Dial Register Measurement and payment shall be made per each water meter with mechanical dial register procured and delivered. Payment shall constitute full compensation to furnish the water meter, including all eq

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana

You may also like

RENTALS, UTILITY AND MATERIAL HANDLING EQUIPMENT, BARE, AS-NEEDED [Request for Bids / 0429]

Due: 22 Feb, 2027 (in about 2 years)Agency: Water & Power (DWP)

CONTRACT TO FURNISH AND INSTALL POLICE VEHICLE EQUIPMENT AS NEEDED(PDF)

Due: 02 May, 2024 (in 4 days)Agency: City of Kenner

Athletic Equipment Reconditioning Services

Due: 30 Jun, 2024 (in 2 months)Agency: Fauquier County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.