To Provide and Install New Advanced Metering Infrastructure

Agency: State Government of Louisiana
State: Louisiana
Level of Government: State & Local
Category:
  • A - Research and development
Opps ID: NBD11472656862784684
Posted Date: Mar 13, 2024
Due Date: Apr 18, 2024
Solicitation No: JPP-RFP-0481
Source: Members Only
bid number description date issued bid open date/time help
JPP-RFP-0481 To Provide and Install New Advanced Metering Infrastructure
Water Meters in Jefferson Parish
Original: JPP-RFP-0481
03/13/2024 04/18/2024
3:30:00 PM CT
JPP

Attachment Preview

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
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
1
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
2
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.
3
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.
4
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >