Provide Electronic Monitoring Equipment, Electronic Monitoring Service & Tracking Services for the Juvenile Services Department

From: Louisiana(State)
JPP-RFP-0482

Basic Details

started - 17 Apr, 2024 (14 days ago)

Start Date

17 Apr, 2024 (14 days ago)
due - 17 May, 2024 (in 15 days)

Due Date

17 May, 2024 (in 15 days)
Bid Notification

Type

Bid Notification
JPP-RFP-0482

Identifier

JPP-RFP-0482
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 ELECTRONIC MONITORING EQUIPMENT ELECTRONIC MONITORING SERVICES & TRACKING SERVICES RFP No.: 0482 Proposal Receipt Date: May 17, 2024 Proposal Receipt Time: 3:30 p.m. Jefferson Parish Department of Purchasing 200 Derbigny Street, Suite 4400 Gretna, LA 70053 (504) 364-2678 2 TABLE OF CONTENTS PART I – ADMINISTRATIVE AND GENERAL INFORMATION 1.1 Background ............................................................................................................................... 4 1.2 Purpose ...................................................................................................................................... 4 1.3 Goals and Objectives ................................................................................................................ 4 1.4 Proposer Minimum Requirements ............................................................................................ 4 1.5 Schedule of Events
.................................................................................................................... 5 1.6 Proposal Submittal .................................................................................................................... 5 1.7 Proposal Response Format ........................................................................................................ 6 1.8 Number of Response Copies ..................................................................................................... 8 1.9 Legibility/Clarity....................................................................................................................... 8 1.10 Pre-proposal Conference ......................................................................................................... 8 1.11 Written Inquiries ..................................................................................................................... 8 1.12 Inquiry Periods ........................................................................................................................ 8 1.13 Required Signed and Notarized Affidavits ............................................................................. 9 1.14 Proposal Guarantee ................................................................................................................. 9 1.15 Performance Bond ................................................................................................................ 10 1.16 Fidelity Bond Requirements ................................................................................................. 10 1.17 Proposal Validity .................................................................................................................. 10 1.18 Revisions, Withdrawals, Protest Procedures ........................................................................ 10 1.19 Cost of Offer Preparation ...................................................................................................... 10 1.20 Acceptance of Proposal Content ........................................................................................... 10 1.21 Written or Oral Discussions/Presentations ........................................................................... 11 1.22 Standard Terms and Conditions and Non-negotiable Contract Terms ................................. 11 1.23 Taxes ..................................................................................................................................... 12 1.24 Selected Proposer’s Responsibilities .................................................................................... 12 1.25 Sub-Contractor Requirements ............................................................................................... 12 1.26 Insurance Requirements ........................................................................................................ 12 1.27 Subcontractor Insurance........................................................................................................ 12 1.28 No Guarantee of Quantities .................................................................................................. 12 1.29 Contract Negotiations ........................................................................................................... 13 1.30 Cancellation of RFP or Rejection of Proposals .................................................................... 13 1.31 Evaluation and Selection....................................................................................................... 13 1.32 Indemnification ..................................................................................................................... 15 1.33 Payment for Services ............................................................................................................ 15 1.34 Termination ........................................................................................................................... 16 1.35 Assignment ........................................................................................................................... 17 1.36 EEOC and ADA Compliance ............................................................................................... 17 1.37 Audit of Records ................................................................................................................... 17 1.38 Record Retention .................................................................................................................. 18 1.39 Record Ownership ................................................................................................................ 18 1.40 Content of Contract/Order of Precedence ............................................................................. 18 3 1.41 Contract Changes .................................................................................................................. 18 1.42 Substitution of Personnel ...................................................................................................... 18 1.43 Force Majeure ....................................................................................................................... 18 1.44 Governing Law ..................................................................................................................... 19 1.45 Claims or Controversies ........................................................................................................ 19 PART II – SCOPE OF WORK/SERVICES 2.1 Scope of Work/Services .......................................................................................................... 19 2.2 Period of Agreement ............................................................................................................... 20 2.3 Price Proposal (Price Schedule) .............................................................................................. 20 2.4 Deliverables ............................................................................................................................ 21 2.5 Location .................................................................................................................................. 21 2.6 Financial Profile ...................................................................................................................... 21 2.7 Technical Proposal Elements .................................................................................................. 21 A. Technical .................................................................................................................................. 21 B. Qualifications and Experience ................................................................................................. 22 PART III – FEDERAL CONTRACT PROVISIONS 3.1 Federal Contract Provisions .................................................................................................... 22 PART IV – EVALUATION 4.1 Evaluation Criteria .................................................................................................................. 22 PART V – PERFORMANCE STANDARDS 5.1 Performance Requirements ..................................................................................................... 23 5.2 Performance Measurement/Evaluation ................................................................................... 24 PART VI - APPENDICIES ATTACHMENT “A” – Insurance Requirements ATTACHMENT “B” – Price Proposal ATTACHMENT – Signature Page ATTACHMENT – Corporate Resolution ATTACHMENT – Request for Proposal Affidavit 4 REQUEST FOR PROPOSAL TO PROVIDE ELECTRONIC MONITORING EQUIPMENT ELECTRONIC MONITORING SERVICES & TRACKING SERVICES 1.1 Background The Jefferson Parish Department of Juvenile Services is soliciting proposals for electronic monitoring equipment, electronic monitoring services and tracking services for juveniles ordered by the Jefferson Parish Juvenile Court to the program. Community safety is of paramount concern, the electronic monitoring equipment, electronic monitoring services and tracking services must be comprehensive and must meet the minimum requirements and specifications herein. “House Arrest” is an enlightened and economical alternative to incarceration. The Courts use house arrest as a pre-trial release option and as a post-conviction release option. The Jefferson Parish Home Incarceration Program (HIP) provides strict monitoring and supervision of users who have been placed within the control of the program by the Courts. 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 Jefferson Parish Department of Juvenile Services desires to enter into a contract with a person or firm for the rental/lease of up to 70 electronic monitoring units for the monitoring and tracking of juveniles ordered by the Jefferson Parish Juvenile Court to home incarceration. 1.4 Proposer Minimum Requirements The department seeks a contractual relationship with a company that has proven stability to successfully endure the anticipated contract term. The following are requirements to confirm corporate stability that shall be evaluated accordingly by the department. The proposer shall state its position with regard to the provision of technology and services proposed (OEM technology developer, OEM equipment manufacturer, monitoring services provider) and indicate in detail any subcontractors relied upon for the specified services herein. 5 Provide information describing the proposing organization’s current organizational structure, legal entity status, date of incorporation, ownership, corporate office, number of years in business, and services offered. As applicable, provide data describing any subcontractor’s or partner’s current corporate organization, date of incorporation, ownership, corporate office, number of years in business, size of business, and services offered. References: Proposers must provide a minimum of three (3) references (governmental and/or private), for whom equal or larger scope of services are either currently being provided or have been provided in recent past (department to define recent past but not to exceed past two years). Contact person(s), addresses and telephone numbers for each reference shall be included. 1.5 Schedule of Events Date Time (CST) A. RFP posted online @ www.jeffparishbids.net 4/17/2024 3:30 P.M. B. Pre-Proposal Conference (if required) N/A 10-14 days after RFP mailed C. Deadline to receive written inquiries 5/7/2024 4:30 P.M. D. Proposal Receipt Date and Time 5/17/2024 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, www.jeffparish.net. 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. 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. http://www.jeffparishbids.net/ http://www.jeffparish.net/ 6 Important – Clearly mark outside of electronic envelope, with the following information and format: • Proposal Name: Electronic Monitoring Equipment Electronic Monitoring Services & Tracking Services for Juvenile Services • Proposal No. 0482 • Proposal Receipt Date and Time: May 17, 2024_3:30 p.m. 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 Proposal 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 scoring points assigned. RFP Evaluation Committee Meetings are open to the public. 1.7 Proposal Response Format Proposals submitted for consideration should follow the format and order of presentation described below: Technical Proposals: 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. 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 http://www.jeffparishbids.net/ http://www.centralbidding.com/ http://www.centralauctionhouse.com/registration.php 7 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 Elements: Illustrating and describing compliance with the RFP requirements defined in the Scope of Work/Services (Part II) and Proposer Qualifications. (See Section 2.7.A for further details.) 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. (See Section 2.7.B for further details.) E. Innovative Concepts: Present innovative concepts, if any, not discussed above for consideration. F. Project Schedule: Detailed schedule of implementation plan for pilot (if applicable) and full implementation. This schedule is to include implementation actions, timelines, responsible parties, etc. G. 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: 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. The Price Proposal shall be worth twenty-five percent (25%) of the total scoring points assigned. 8 The maximum price proposal points shall be calculated by multiplying the number of price proposal 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 Proposal 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 Proposal of the proposal. 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 NOT REQUIRED FOR THIS RFP. 1.11 Written Inquiries The Parish shall only consider written and timely communications from Prospective 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. 1.12 Inquiry Periods An initial inquiry period is hereby firmly set for all Prospective 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. 9 The Parish of Jefferson reasonably expects and requires responsible and Prospective 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 Prospective 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 Buyer Email: sfolse@jeffparish.net Buyer 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 approval 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. 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 the detailed justification of the compelling need for such additional substitution. 1.14 Proposal Guarantee NOT REQUIRED FOR THIS RFP. mailto:sfolse@jeffparish.net 10 1.15 Performance Bond The Selected Proposer shall be required to provide a Performance (surety) Bond in the amount of TEN THOUSAND DOLLARS ($10,000.00) the successful performance of the contract in accordance with the negotiated terms and conditions of the parties. The Selected Proposer acknowledges and agrees that the Performance Bond may be forfeited for Selected Proposer’s failure to fully and faithfully perform its obligations in accordance with the negotiated and executed contract. 1.16 Fidelity Bond Requirements NOT REQUIRED FOR THIS RFP. 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. 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. 11 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. 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/departments/purchasing/forms. 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). 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. http://www.jeffparish.net/ 12 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 their proposal. The Selected 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 subcontract portions of the work or 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 Proposer Requirements to be met by respective subcontractor(s). Unless specifically permitted in the contract with the Parish of Jefferson, the Selected 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 Selected 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/departments/purchasing/forms. 1.27 Subcontractor Insurance The Selected 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/departments/purchasing/forms. 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. http://www.jeffparish.net/ http://www.jeffparish.net/ 13 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 representative from the requesting department(s), a representative from the Council Research and Budget Office, a representative from the Purchasing Department, a representative from the Finance Department and a representative from the Parish Attorney’s Office, who will be a non-evaluating member and 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 Proposal points shall be calculated by multiplying the number of Technical Proposal points assigned to the technical criterion multiplied by the number of evaluators scoring the proposal. After completion and tallying of the Technical Proposal 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 representative of the requesting department(s) shall tally the individual scores to obtain a total Technical Proposal evaluation score for each Proposer. Following the tabulation of Technical Proposal scores, the Purchasing Department representative shall open the sealed Price Proposals, and shall read the pertinent portions of those Price Proposals aloud. 14 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 price proposal evaluation portion of the scoring sheet, using the Price Proposals submitted by Proposers and the formula below. The Price Proposal evaluation shall constitute twenty-five percent (25%) of the total scoring points assigned. The maximum Price Proposal 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 Price Proposal 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 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 Price Proposals received in accordance with the RFP, along with any analysis or clarification completed regarding those Price 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 Committee 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/ 15 committee that received a total maximum score of at least eighty percent (80%). There are times when selection of multiple Proposers to provide the same services in in the best interest of the Parish. If multiple Proposers are selected, the Parish administration is to negotiate favorable contract terms which are to include identical pricing for all Selected Proposers. 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. 1.32 Indemnification Selected 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 Selected Proposer, its agents, servants or employees, while engaged upon or in connection with the services required to be performed by Selected Proposer under this RFP. Further, Selected 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 the services required to be performed by Selected Proposer under this RFP. Selected 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 Selected Proposer shall address and send the invoice to the Jefferson Parish Department of Juvenile Services located at 1546B Gretna Blvd., Harvey, LA 70058 pursuant to the payment terms negotiated in the contract. Payments will be made by the Department of Juvenile Services no earlier than thirty (30) days after receipt of a properly executed invoice, and approval by the Department of Juvenile Services. 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. 16 With each invoice submitted, the Selected 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 Selected Proposer under contract as set forth in section 2- 935.1 of the Code of Ordinances 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 Selected 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 Selected Proposer(s) provided the Parish will give Selected Proposer(s) written notice of any such failure and ten (10) days (or more if authorized in writing by the Parish) 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 Selected Proposer(s) thirty (30) days written notice. E. By the Parish for any act of discrimination committed by the Proposer, or failure to comply with the statutory obligations, when applicable, of 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 continuance of the 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. 17 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 Selected Proposer(s) shall not be assigned or subcontracted in whole or in part by said Selected Proposer(s) as to the services to be performed hereunder without the written consent of the Parish by Council Resolution, in the Parish’s sole discretion. 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 their 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 ensuing contract, Selected 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. Selected 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 Selected 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 Selected 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 Selected 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 ensuing 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.) 18 1.38 Record Retention The Selected 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. 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 Selected Proposer cannot provide the personnel or subcontractor as stated in its proposal, Selected 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 Selected Proposer or Parish of Jefferson shall be exempted from performance under the terms and conditions of the negotiated contract if the Selected 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, or court order; provided the Selected 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 cause or grounds for early termination of the contract. 19 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. 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 project will incorporate the following obligations, provisions, conditions and stipulations: Proposer shall propose a multi-integrated home monitoring unit to primarily monitor check and verify that participants remain at home during specified time period. It shall fully and automatically follow-up to confirm incidents without the need for monitoring center staff involvement and report violations of curfew schedules, equipment status and other functions deemed appropriate by the agency. If the Proposer does not manufacture his or her own equipment, the equipment must be under warranty and maintenance agreement with the manufacturer. Equipment must be upgradeable and the agency must receive all new revisions as they become available. The vendor with their response must provide a copy of the manufacturer’s specifications literature, as well as warranty information. If the Proposer does not manufacture his or her own equipment, they must submit with their bid a letter of certification by the manufacturer, they are an authorized distributor/reseller of the proposed equipment, are in good standing, and all proposed equipment is currently under warranty and will remain under warranty for the length of this contract period. Proposer shall provide up to 70 active integrated monitoring/tracking units with all necessary equipment and software with the capability for monitoring continuously using cellular and GPS technology. 20 Proposer shall provide straps, batteries, chargers and other accessories to accommodate up to 70 active participants on a continuous basis for the full term of the agreement. The Proposer shall provide equipment that will provide alerts for tampers, blocking, jamming, and/or shielding. Equipment must be designed with an emphasis on ease of use and to reduce officer field time required to activate, install and maintain equipment. Proposer shall propose the manufacturer’s latest generation of equipment as well as any other models the proposer would like to be considered. The model equipment proposed shall have a minimum of six months proven use in other government corrections programs (to be verified through proposer’s references). The exchange of monitoring/tracking information (including enrollment, data changes, monitoring/tracking reports and termination) between Jefferson Parish staff and the proposer’s monitoring center facility shall occur via secure website with real-time access through existing department computers. 2.2 Period of Agreement The term of any resulting contract shall be for 2 years commencing on the date of full execution hereof, and shall expire at midnight on the day immediately preceding the second anniversary thereof. This Agreement allows for two, 2-year extensions by mutual consent of both parties and upon approval by the Jefferson Parish Council. 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 “Price Attachment”. Price Proposals will remain sealed and shall not be read until the completion of the scoring of the Technical Proposal Evaluation during the RFP Evaluation Committee Meeting. Price Proposals shall not be included in the Technical Proposal 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 scoring points assigned. Pricing must be submitted on the Price Proposal (Price Schedule) furnished in Attachment “B”. 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. 21 2.4 Deliverables The deliverables listed in this section are the minimum desired from the successful proposer. 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(s) where service(s) is/are to be performed is: Department of Juvenile Services 1546B Gretna Blvd. Harvey, LA 70058 2.6 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. 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 Technical 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. Proposer shall likewise include any information concerning any innovative concepts pursuant to this RFP and terms and conditions that the proposer desires consideration by the Parish. 22 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. PART III – FEDERAL CONTRACT PROVISIONS 3.1 Federal Contract Provisions NOT APPLICABLE. 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. Price Proposal Evaluation shall constitute twenty-five percent (25%) of the total scoring points assigned. Price Proposal Evaluation shall take place after Technical Proposal 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: 23 i. Proposer’s proven equipment & technology specializing in Electronic monitoring of court ordered offenders. (30 Points) __ ii. Proposer demonstrated ability to provide the required services, including proof of successful experience in similar jurisdiction size and setting. (30 Points) __ iii. Proposer’s financial profile. (10 Points) __ iv. Proposer’s responsiveness to the RFP. (5 Points) B. PRICE PROPOSAL The proposer with the lowest price shall receive the highest Price Proposal Evaluation score (twenty-five (25) points per member) 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 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 24 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? 25 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. 26 ATTACHMENT “B” PRICE PROPOSAL EQUIPMENT PRICING DAILY RENTAL COST DAILY MONITORING COST TOTAL DAILY COST PER BUNDLE RF TECHNOLOGY BUNDLE GPS BUNDLE CELLULAR BUNDLE GRAND TOTAL • RF TECHNOLORY BUNDLE = In-house monitoring device, transmitter & monitoring. • GPS BUNDLE = In-house RF monitoring device, GPS transmitter & monitoring. • CELLULAR BUNDLE = In-house monitoring device, transmitter & monitoring. PRINT NAME OF COMPANY 27 Request for Proposals #0482 Electronic Monitoring Equipment, Electronic Monitoring Services, & Tracking Services for Juvenile Services SIGNATURE PAGE The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFP’S) from qualified proposers who are interested in providing Electronic Monitoring Equipment Electronic Monitoring Services & Tracking Services for the for the Jefferson Parish Juvenile Services Department. Request for Proposals will be received until 3:30 p.m. Local Time on: May 17, 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. 28 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 29 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. 1 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. 2 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 3 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 ________________.

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

Telecommunication Services & Equipment

Due: 06 Sep, 2024 (in 4 months)Agency: Central Purchasing Division

SMARTPHONE SERVICES AND EQUIPMENT

Due: 31 May, 2029 (in about 5 years)Agency: OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)

Please Sign In to see more like these.

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