Contract - 06-27-2017 - 8832 - Inmate Body Scanner.AS -8832
BOCC Agenda
Meeting Date: 06/27/2017
Inmate Body Scanner
Submitted For: Chris Moses, Jail
Department: Jail
Motion Items
Submitted By: Chris Moses, Jail
1.
Information
Subject and Summary Statement
On February 21, 2017 the BOCC gave consent to request proposals, from qualified vendors, for a Full
Body X -ray Scanner to be used by the Corrections Department.
The Cowlitz County Corrections Department has completed its analysis of the proposal submitted in
response to the solicitation for a Full Body X -ray Scanner. After careful consideration the Corrections
Department has determined that Adani Systems, Inc. was responsive to the RFP and meets the needs
the department is looking for.
This is an agreement with Adani Services, Inc. to provide a CONPASS DV (Dual -View) Full Body X -Ray
Scanner at the Cowlitz County Jail. The ADANI patented technology is specifically designed for use in
jail and prisons. The Scanner allows a full- inspection as well as separate inspection of the abdominal
part of the body. The System will detect prohibited objects of any material, hidden inside any part of the
human body, such as swallowed capsules, pills, narcotics, small metallic objects, such as a razor,
unconventional weapons of non - typical materials, such as plastics, wood, ceramics, etc.
The agreement includes all training, installation, calibration, a 5 year warranty on all parts, labor, travel,
supplies, and freight, as well as quarterly preventative maintenance for 5 years.
The total cost of the Full Body X -ray Scanner will be $237,171.40 (Tax Included).
Department Recommendation
It is the recommendation of the Corrections Department that the Board move to award the Body Scanner
RFP to ADANI Services, Inc and enter into this agreement with ADANI Services, Inc to provide a Full
Body X -ray Scanner.
Fiscal Impact
Expenditure Required $: 237,171.40
Budget Sufficient Y -N: Y
Amendment Required Y -N:
Source of Funds - Fund /Dept.: Corrections
Grant Y -N:
Attachments
PSA
Preventative Maintenance
Body Scanner RFP
Inbox
Marin Fox- Hight, Corrections
Matt Hanson
Dana Gigler
Clerk of the Board
Form Started By: Chris Moses
Final Approval Date: 06/2212017
rorm Kevlew
Reviewed By
Merin Fox Hight
Matt Hanson
Tiffany Ostreim
Tiffany Ostreim
Date
06/22/2017 09:47 AM
06/22/2017 10:52 AM
06/22/2017 02:20 PM
0612212017 02:20 PM
Started On: 06121/2017 02:02 PM
00 tires
PERSONAL SERVICES AGREEMENT
gSMING,O Contract Number: 052017
THIS AGREEMENT is entered into between COWLITZ COUNTY, a political subdivision of the State of
Washington, (hereinafter called "County" or "Cowlitz County") and
Name: ADANI Systems, Inc.
Address: 13614 Poplar Circle, Unit 203
Conroe, TX 77304
Phone N°: 936 -588 -2064
hereinafter called "Contractor ").
This Agreement is comprised of:
Attachment A — Scope of Work
Attachment B — Compensation
Attachment C — General Conditions
Attachment D — Special Terms and Conditions
and Retirement Status Form (signature required)
Attachment E — (specify) Cowlitz County Request for Proposals for a Full Body Scanning System (the
RFP ") and ADANI Systems, Inc.'s proposal (the "Proposal'I and ADANI Systems, Inc.'s (The "Preventive
Maintenance Checklist ".
copies of which are attached hereto and incorporated herein by this reference as if fully set forth.
The term of this Agreement shall commence on the c27 day ofT"j-0— 20 17 and shall, unless
terminated as provided elsewhere in the Agreement, terminate on the day of 20
IN WITNESS WHEREOF,he parties have executed this Agreement on this ,:2 7 day of 4-20 1,7
CONTRACTOR: ( [2014 —ver. 3]
ADANI Systems, Inc. COWLITZ COUNTY: Board of Commissioners
Print name: Paul Rivello
itle: Chair
Title: Director, Business Deyeln merit_ (
Approval subject to Board ratification or authorization)
Date: June 20
pF COV
Nrf
c
Optional for Commissioner Approval)
O cow kip o
ATTEST: p L "'
Y
Q" N NGTON
PYT- CT HAS BEEN APPROVED AS TO FORM BY
COUNTY PROSECUTING ATTORNEY
Tfta& 0streiml Jerk of
PERSONAL SERVICES AGREEMENT
SCOPE OF WORK
ATTACHMENT A
The contractor agrees to complete the professional services work on the Cowlitz County, as described
below (or in the attached document), including the following elements:
Provide a CONPASS DV(Dual -View) Full Body X -ray Scanner at the Cowlitz County Corrections Department
facility in strict accordance with the terms, conditions, and requirements as set forth in the RFP and the
Proposal, both of which are incorporated herein and made a part hereof as if repeated verbatim herein.
In the event the Contractor, or its agents or assigns, are unable to complete their work as scheduled, the
contract period and compensation may be adjusted by mutual agreement of the County and Contractor.
ATTACHMENTA Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENT B
1. ® a. FIXED FEE FOR SERVICE: For services rendered, the County shall pay to the Contractor a
fixed fee of Two Hundred Nineteen Thousand and Four Hundred DOLLARS ($219,400.00) for the
completed work set forth in Attachment "A. ". Payments for completed tasks shall be made no more
frequently than bi- monthly; quarterly; semi - annually; []annually; ® at completion of project;
other (specify) .
Each request for payment shall be supported by an invoice specifying the tasks completed up to the
request for payment and the payment amount requested. In no event shall payment be sought in an
amount which represents a percentage of the fee greater than the percentage of completed tasks.
Lu
b. HOURLY RATES: For services rendered, the County shall compensate the Contractor at the
following hourly rates:
Name /Position Hourly Rate
Payments for completed tasks shall be made no more frequently than monthly; quarterly; semi-
annually; annually; at completion of project; other (specify)
Each request for payment shall be supported by an invoice specifying: the name /position of the
Contractor's employee if two or more are identified above; number of hours worked; completed tasks for
which compensation is sought and; payment amount requested.
In no event shall Contractor be compensated in excess of DOLLARS
for the completed work set forth in Attachment "A."
2. AND
a. The compensation set forth herein includes, without limitation: labor, materials, equipment, travel,
telephone, computer, copiers and the like.
OR
b. The County shall reimburse the Contractor for actual expenses incurred for travel, telephone,
copiers and computer. Reimbursement for airfare, mileage, meals and /or accommodations shall be at the
same rate as that applicable to county employees traveling on county business.
OR
c. Other (specify) The County, in addition to the compensation herin set forth shall provide to the
Contractor the following:
ATTACHMENT B Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENT C
GENERAL CONDITIONS
1. Scope of Contractor's Services. The Contractor agrees to provide to the County services and any
materials set forth in the project narrative identified as Attachment A during the agreement period.
No material, labor, or facilities will be furnished by the County, except as provided for herein.
2. Accounting and Payment for Contractor Services. Payment to the Contractor for services rendered
under this Agreement shall be as set forth in Attachment B. Unless specifically stated in Attachment
B, the County will not reimburse the Contractor for any costs or expenses incurred by the Contractor
in the performance of this contract.
3. Delegation and Subcontracting. Contractor's services are deemed personal and no portion of
this contract may be delegated or subcontracted to any other individual, firm or entity without the
express and prior written approval of the County Project Manager.
4. Independent Contractor. The Contractor's services shall be furnished by the Contractor as an
independent contractor and nothing herein contained shall be construed to create a relationship of
employer /employee or master /servant.
The Contractor acknowledges that the entire compensation for this Agreement is specified in
Attachment B and the Contractor is not entitled to any county benefits including, but not limited to:
vacation pay, holiday pay, sick leave pay, medical, dental or other insurance benefits, or any other
rights or privileges afforded to Cowlitz County employees. The Contractor represents that it
maintains a separate place of business, serves clients other than the County, will report all income
and expense accrued under this contract with the Internal Revenue Service on a business tax
schedule, and has a tax account with the State of Washington Department of Revenue for payment
of all sales and use and Business and Occupation taxes collected by the State of Washington.
In the event that either the state or federal government determines that an employer /employee or
master /servant relationship exists rather than an independent contractor relationship such that
Cowlitz County is deemed responsible for federal withholding, social security contributions, workers
compensation and the like, the Contractor agrees to reimburse Cowlitz County for any payments
made or required to be made by Cowlitz County. Should any payments be due to the Contractor
pursuant to this Agreement, the Contractor agrees that reimbursement may be made by deducting
from such future payments a pro rata share of the amount to be reimbursed.
Notwithstanding any determination by the state or federal government that an employer /employee
or master /servant relationship exists, the Contractor, its officers, employees and agents, shall not be
entitled to any benefits which Cowlitz County provides to its employees.
5. No Guarantee of Employment. The performance of all or part of this contract by the Contractor shall
not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any
employment of the Contractor or any employee of the Contractor or any subcontractor or any
employee of any subcontractor by the County at the present time or in the future.
6. Regulations and Requirements. This Agreement shall be subject to all federal, state and local laws,
rules, and regulations.
Right to Review. This contract is subject to review by any federal or state auditor. The County shall
have the right to review and monitor the financial and service components of this program by
whatever means are deemed expedient by the County Project Manager. Such review may occur
with or without notice, and may include, but is not limited to, on -site inspection by County agents or
employees, inspection of all records or other materials which the County deems pertinent to the
Agreement and its performance, and any and all communications with or evaluations by service
recipients under this Agreement. The Contractor shall preserve and maintain all financial records
and records relating to the performance of work under this Agreement for three (3) years after
ATTACHMENT C Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENTC
contract termination, and shall make them available for such review, within Cowlitz County, State of
Washington, upon request, during reasonable business hours.
8. Modifications. Either party may request changes in the Agreement. Any and all agreed
modifications shall be in writing, signed by each of the parties.
9. Termination for Default. If the Contractor defaults by failing to perform any of the obligations of the
contract or becomes insolvent or is declared bankrupt or makes an assignment for the benefit of
creditors, the County may, by depositing written notice to the Contractor in the U.S. Mail, postage
prepaid, terminate the contract, and at the County's option, obtain performance of the work
elsewhere. If the contract is terminated for default, the Contractor shall not be entitled to receive
any further payments under the contract. Any extra cost or damage to the County resulting from
such default(s) shall be deducted from any money due or coming due to the Contractor. The
Contractor agrees to bear any extra expenses incurred by the County in completing the work,
including all increased costs for completing the work, and all damage sustained, or which may be
sustained by the County by reason of such default.
If a notice of termination for default has been issued and it is later determined for any reason that
the Contractor was not in default, the rights and obligations of the parties shall be the same as if the
notice of termination had been issued pursuant to the Termination for Public Convenience paragraph
hereof.
10. Termination for Public Convenience. The County may terminate the contract in whole or in part
whenever the County determines, in its sole discretion that such termination is in the interests of the
County. Whenever the contract is terminated in accordance with this paragraph, the Contractor
shall be entitled to payment for actual work performed for completed items of work. An equitable
adjustment in the contract price for partially completed items of work will be made, but such
adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work.
Termination of this contract by the County at any time during the term, whether for default or
convenience, shall not constitute a breach of contract by the County.
11. Termination Due to Insufficient Funds. If sufficient funds for payment under this contract are not
appropriated or allocated or are withdrawn, reduced, or otherwise limited, the County may terminate
this contract upon thirty (30) days written notice to the Contractor. No penalty or expense shall
accrue to the County in the event this provision applies.
12. Termination Procedure. The following provisions apply in the event that this Agreement is
terminated:
a) The Contractor shall cease to perform any services required hereunder as of the effective date
of termination and shall comply with all reasonable instructions contained in the notice of
termination, if any.
b) The Contractor shall provide the County with an accounting of authorized services provided
through the effective date of termination.
c) If the Agreement has been terminated for default, the County may withhold a sum from the
final payment to the Contractor that the County determines necessary to protect itself against
loss or liability.
13. Defense and Indemnity Agreement. The Contractor agrees to defend, indemnify and save harmless
the County, its appointed and elected officers, agents and employees, from and against all loss or
expense, including but not limited to claims, demands, actions, judgments, settlements, attorneys'
fees and costs by reason of any and all claims and demands upon the County, its elected or
appointed officials or employees for damages because of personal or bodily injury, including death at
any time resulting therefrom, sustained by any person or persons and on account of damage to
property including loss of use thereof, whether such injury to persons or damage to property is due
ATTACHMENT C Page 2
PERSONAL SERVICES AGREEMENT ATTACHMENT C
to the negligence of the Contractor, his /her subcontractors, its successor or assigns, or its or their
agent, servants, or employees, the County, its appointed or elected officers, employees or their
agents, except only such injury or damage as shall have been occasioned by the sole negligence of
the County, its appointed or elected officials or employees. It is further provided that no liability
shall attach to the County by reason of entering into this contract, except as expressly provided
herein.
The County agrees to defend, indemnify and save harmless the Contractor, its appointed and
elected officers, agents and employees, from and against all loss or expense, including but not
limited to claims, demands, actions, judgments, settlements, attorneys' fees and costs by reason of
any and all claims and demands upon the Contractor, its elected or appointed officials or employees
for damages because of personal or bodily injury, including death at any time resulting therefrom,
sustained by any person or persons and on account of damage to property including loss of use
thereof, whether such injury to persons or damage to property is due to the negligence of the
County, its subcontractors, its successor or assigns, or its or their agent, servants, or employees, the
Contractor, its appointed or elected officers, employees or their agents, except only such injury or
damage as shall have been occasioned by the sole negligence of the Contractor, its appointed or
elected officials or employees. It is further provided that no liability shall attach to the Contractor by
reason of entering into this contract, except as expressly provided herein.
14. Industrial Insurance Waiver. With respect to the performance of this Agreement and as to claims
against the County, its appointed and elected officers, agents and employees, the Contractor
expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial
Insurance Act, as now or hereafter amended, for injuries to its employees and agrees that the
obligations to indemnify, defend and hold harmless provided in this Agreement extend to any claim
brought by or on behalf of any employee of the Contractor. Along with the other provisions of this
Agreement, this waiver is mutually negotiated by the parties to this Agreement.
15. Venue and Choice of Law. In the event that any litigation should arise concerning the construction
or interpretation of any of the terms of this Agreement, the venue of such action shall be in the
courts of the State of Washington in and for the County of Cowlitz. This Agreement shall be
governed by the law of the State of Washington.
16. Withholding Payment. In the event the County Project Manager determines that the Contractor has
failed to perform any obligation under this Agreement within the times set forth in this Agreement,
then the County may withhold from amounts otherwise due and payable to Contractor the amount
determined by the County as necessary to cure the default, until the County Project Manager
determines that such failure to perform has been cured. Withholding under this clause shall not be
deemed a breach entitling Contractor to termination or damages, provided that the County promptly
gives notice in writing to the Contractor of the nature of the default or failure to perform, and in no
case more than ten (10) days after it determines to withhold amounts otherwise due. A
determination of the County Project Manager set forth in a notice to the Contractor of the action
required and /or the amount required to cure any alleged failure to perform shall be deemed
conclusive, except to the extent that the Contractor acts within the times and in strict accord with
the provision of the Disputes clause of this Agreement. The County may act in accordance with any
determination of the County Project Manager which has become conclusive under this clause,
without prejudice to any other remedy under the Agreement, to take all or any of the following
actions: (1) cure any failure or default, (2) to pay any amount so required to be paid and to charge
the same to the account of the Contractor, (3) to set off any amount paid or incurred from amounts
due or to become due the Contractor. In the event the Contractor obtains relief upon a claim under
the Disputes clause, no penalty or damages shall accrue to the Contractor by reason of good faith
withholding by the County under this clause.
17. Rights and Remedies. The duties and obligations imposed by this Agreement and the rights and
remedies available hereunder shall be in addition to and not a limitation of any duties, obligations,
rights and remedies otherwise imposed or available bylaw.
ATTACHMENT C Page 3
PERSONAL SERVICES AGREEMENT ATTACHMENT C
18. Contractor Commitments. Warranties and Representations. Any written commitment received from
the Contractor concerning this Agreement shall be binding upon the Contractor, unless otherwise
specifically provided herein with reference to this paragraph. Failure of the Contractor to fulfill such
a commitment shall render the Contractor liable for damages to the County. A commitment
includes, but is not limited to any representation made prior to execution of this Agreement, whether
or not incorporated elsewhere herein by reference, as to performance of services or equipment,
prices or options for future acquisition to remain in effect for a fixed period, or warranties.
19. Patent / Copyrioht Infringement. Contractor will defend, indemnify and save harmless County, its
appointed and elected officers, agents and employees from and against all loss or expense, including
but not limited to claims, demands, actions, judgments, settlements, attorneys' fees and costs by
reason of any and all claims and demands upon the County, its elected or appointed officials or
employees for damages because of the Contractor's alleged infringement on any patent or copyright.
The Contractor will pay those costs and damages attributable to any such claims that are finally
awarded against the County, its appointed and elected officers, agents and employees in any action.
Such defense and payments are conditioned upon the following:
a) That Contractor shall be notified promptly in writing by County of any notice of such claim.
b) Contractor shall have the right, hereunder, at its option and expense, to obtain for the County
the right to continue using the information, in the event such claim of infringement, is made,
provided no reduction in performance or loss results to the County.
20. Dilutes:
a) General. Differences between the Contractor and the County, arising under and by virtue of
the contract documents shall be brought to the attention of the County at the earliest possible
time in order that such matters may be settled or other appropriate action promptly taken.
The records, orders, rulings, instructions, and decision of the County Project Manager shall be
final and conclusive thirty (30) days from the date of mailing unless the Contractor mails or
otherwise furnishes to the County Project Manager a written notice of appeal. The notice of
appeal shall include facts, law, and argument as to why the conclusions of the County Project
Manager are in error.
In connection with any appeal under this clause, the Contractor and County shall have the
opportunity to submit written materials and argument and to offer documentary evidence in
support of the appeal. Oral argument and live testimony will not be permitted. The decision
of the County Project Manager for the determination of such appeals shall be final and
conclusive. Reviews of the appellate determination shall be brought in the Superior Court of
Cowlitz County within fifteen (15) days of mailing of the written appellate determination.
Pending final decision of the dispute, the Contractor shall proceed diligently with the
performance of this Agreement and in accordance with the decision rendered.
b) Notice of Potential Claims. The Contractor shall not be entitled to additional compensation or
to extension of time for (1) any act or failure to act by the County Project Manager or the
County, or (2) the happening of any event or occurrence, unless the Contractor has given the
County a written Notice of Potential Claim within ten (10) days of the commencement of the
act, failure, or event giving rise to the claim, and before final payment by the County. The
written Notice of Potential Claim shall set forth the reasons for which the Contractor believes
additional compensation or extension of time is due, the nature of the cost involved, and
insofar as possible, the amount of the potential claim. Contractor shall keep full and complete
daily records of the work performed, labor and material used, and all costs and additional
time claimed to be additional.
c) Detailed Claim. The Contractor shall not be entitled to claim any such additional
compensation, or extension of time, unless within thirty (30) days of the accomplishment of
the portion of the work from which the claim arose, and before final payment by the County,
ATTACHMENT C Page 4
PERSONAL SERVICES AGREEMENT
the Contractor has given the County a detailed written statement of each element of cost or
other compensation requested and of all elements of additional time required, and copies of
any supporting documents evidencing the amount or the extension of time claimed to be due.
21. Ownership of Items Produced. All writings, programs, data, art work, music, maps, charts, tables,
illustrations, records or other written, graphic, analog or digital materials prepared by the Contractor
and /or its consultants or subcontractors, in connection with the performance of this Agreement shall
be the sole and absolute property of the County and constitute "work made for hire" as that phrase
is used in federal and /or state intellectual property laws and Contractor and /or its agents shall have
no ownership or use rights in the work.
22. Recovery of Payments to Contractor. The right of the Contractor to retain monies paid to it is
contingent upon satisfactory performance of this Agreement, including the satisfactory completion of
the project described in the Scope of Work (Attachment A). In the event that the Contractor fails,
for any reason, to perform obligations required of it by this Agreement, the Contractor may, at the
County Project Manager's sole discretion, be required to repay to the County all monies disbursed to
the Contractor for those parts of the project that are rendered worthless in the opinion of the County
Project Manager by such failure to perform.
Interest shall accrue at the rate of 12 percent (12 %) per annum from the time the County Project
Manager demands repayment of funds.
23. Project Approval. The extent and character of all work and services to be performed under this
Agreement by the Contractor shall be subject to the review and approval of the County Project
Manager. For purposes of this Agreement, the County Project Manager is:
Name: Chris Moses
Title: Administrative Captain
Department: Corrections
Address: 1935 1st Ave
Longview, Wa. 98632
Telephone: 360 -577- 3094x2212
E -mail: MosesC @co.cowlitz.wa.us
Fax: N/A
In the event there is a dispute with regard to the extent and character of the work to be done, the
determination of the County Project Manager as to the extent and character of the work to be done
shall govern subject to the Contractor's right to appeal that decision as provided herein.
24. Non - Discrimination. The Contractor shall not discriminate against any person on the basis of race,
creed, political ideology, color, national origin, sex, marital status, sexual orientation, age, or the
presence of any sensory, mental or physical handicap.
25. Subcontractors. In the event that the Contractor employs the use of any subcontractors, the
contract between the Contractor and the subcontractor shall provide that the subcontractor is bound
by the terms of this Agreement between the County and the Contractor. The Contractor shall insure
that in all subcontracts entered into, County is named as an express third -party beneficiary of such
contracts with full rights as such.
ATTACHMENT C Page 5
PERSONAL SERVICES AGREEMENT ATTACHMENT C
26. Third Party Beneficiaries. This agreement is intended for the benefit of the County and Contractor
and not for the benefit of any third parties.
27. Standard of Care. The Contractor shall perform its duties hereunder in a manner consistent with
that degree of care and skill ordinarily exercised by members of the same profession as Contractor
currently practicing under similar circumstances. The Contractor shall, without additional
compensation, correct those services not meeting such a standard.
28. Time is of the Essence. Time is of the essence in the performance of this contract unless a more
specific time period is set forth in either the Special Terms and Conditions or Scope of Work.
29. Notice. Except as set forth elsewhere in the Agreement, for all purposes under this Agreement,
except service of process, any notices shall be given by the Contractor to the County Project
Manager. Notice to the Contractor for all purposes under this Agreement shall be given to the
person executing the Agreement on behalf of the Contractor at the address identified on the
signature page.
30. Severability. If any term or condition of this contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications
which can be given effect without the invalid term, condition or application. To this end, the terms
and conditions of this contract are declared severable.
31. Precedence. In the event of inconsistency in this Agreement, unless otherwise provided herein, the
inconsistency shall be resolved by giving precedence in the following order:
a) Applicable federal, state and local statutes, ordinances and regulations;
b) Scope of Work (Attachment A) and Compensation (Attachment B);
c) Special Terms and Conditions (Attachment D); and
d) General Conditions (Attachment C).
32. Waiver. Waiver of any breach or condition of this contract shall not be deemed a waiver of any prior
or subsequent breach. No term or condition of this contract shall be held to be waived, modified or
deleted except by an instrument, in writing, signed by the parties hereto.
33. Attorney Fees. In the event that litigation must be brought to enforce the terms of this agreement,
the prevailing party shall be entitled to be paid reasonable attorney fees.
34. Construction. This agreement has been mutually reviewed and negotiated by the parties and should
be given a fair and reasonable interpretation and should not be construed less favorably against
either party.
35. Survival. Without being exclusive, Paragraphs 4, 71 13 -19, 21 -22 and 30 -35 of these General
Conditions shall survive any termination, expiration or determination of invalidity of this Agreement
in whole or in part. Any other Paragraphs of this Agreement which, by their sense and context, are
intended to survive shall also survive.
36. Entire Agreement. This written contract represents the entire Agreement between the parties and
supersedes any prior statements, discussions or understandings between the parties except as
provided herein.
ATTACHMENT C Page 6
PERSONAL SERVICES AGREEMENT ATTACHMENT D
SPECIAL TERMS AND CONDITIONS
AND RETIREMENT STATUS FORM
1. Reporting. The Contractor shall submit written progress reports to the County Project
Manager as set forth below:
With each request for payment.
Monthly.
Quarterly.
Semi - annually.
Annually.
Project completion.
Other (specify) As called for by the RFP and Proposal
Progress reports shall include, at a minimum, the following:
Reports shall include any problems, delays or adverse conditions which will materially affect
the Contractor's ability to meet project objectives or time schedules together with a statement
of action taken or proposed to resolve the situation. Reports shall also include
recommendations for changes to the Scope of Work, if any. Payments may be withheld if
reports are not submitted.
2. Insurance. The Contractor shall maintain in full force and effect during the term of this
Agreement, and until final acceptance of the work, public liability and property damage
insurance with companies or through sources approved by the state insurance commissioner
pursuant to RCW Title 48, as now or hereafter amended. The County, its appointed and
elected officials, agents and employees, shall be specifically named as additional insureds in a
policy with the same company which insures the Contractor or by endorsement to an existing
policy or with a separate carrier approved pursuant to RCW Title 48, as now or hereafter
amended, and the following coverages shall be provided:
COMPREHENSIVE GENERAL LIABILITY:
Bodily injury, including death. $1,000,000 per occurrence
Property damage $1,000,000 per occurrence
ERRORS AND OMISSIONS or PROFESSIONAL
LIABILITY with an Extended Reporting Period
Endorsement (two year tail). $1,000,000 per occurrence
WORKERS COMPENSATION: Statutory amount
AUTOMOBILE: coverage on owned, non - owned, rented and hired vehicles
Bodily injury, liability, including death $1,000,000 per occurrence
Property damage liability $1,000,000 per occurrence
ATTACHMENT D Page i
PERSONAL SERVICES AGREEMENT ATTACHMENT D
All Contractor's and Contractor's subcontractors' insurance policies and additional named
insured endorsements shall provide primary insurance coverage and be non - contributory. Any
insurance, self - insured retention, deductible, risk retention or insurance pooling maintained or
participated in by the County shall be excess and not contributory to such insurance policies.
All Contractor's and Contractor's subcontractors' liability insurance policies must be endorsed
to show this primary coverage.
Upon request, the Contractor shall provide a full and complete certified copy of all requested
insurance policies to the County. The County reserves the right, but not the obligation, to
revise any insurance requirement, not limited to limits, coverages and endorsements, or to
reject any insurance policies which fail to meet the requirements of this Agreement.
Additionally, the County reserves the right, but not the obligation, to review and reject any
proposed insurer providing coverage based upon the insurer's financial condition or licensing
status in Washington. Any deductibles and /or self- insured retentions exceeding $10,000, stop
loss provisions, and /or exclusions contained in such policies must be approved by the County
in writing. For any deductibles or self- insured retentions exceeding $10,000 or any stop -loss
provisions, the County shall have the right to request and review the Contractor's most recent
annual financial reports and audited financial statements as a condition of approval.
Contractor hereby agrees to a waive subrogation with respect to each insurance policy
maintained under this Agreement. When required by an insurer, or if a policy condition does
not permit Contractor to enter into a pre -loss agreement to waive subrogation without an
endorsement, then Contractor agrees to notify the insurer and obtain such endorsement.
This requirement shall not apply to any policy which includes a condition expressly prohibiting
waiver of subrogation by the insured or which voids coverage should the Contractor enter into
such a waiver of subrogation on a pre -loss basis.
The County, its departments, elected and appointed officials, employees, agents and
volunteers shall be named as additional insureds on Contractor's and Contractor's
subcontractors' insurance policies by way of endorsement for the full available limits of
insurance maintained by the Contractor and subcontractor, and all coverage shall be primary
and non - contributory. A statement or notation of additional insured status on a Certificate of
Insurance shall not satisfy these requirements. [This endorsement shall not be required if the
Contractor is a governmental entity and is insured through a governmental entity risk pool
authorized by the State of Washington.]
The Contractor shall, for each required insurance policy, provide a Certificate of Insurance,
with endorsements attached, evidencing all required coverages, limits, deductibles, self -
insured retentions and endorsements and which is conditioned upon the County receiving
thirty (30) days prior written notice of reduction in coverages, cancellation or non - renewal.
Each Certificate of Insurance and all insurance notices shall be provided to: ATTN: Risk
Manager, Cowlitz County Administrative Svc., 207 4th Ave. N., Kelso, WA 98626. This
Agreement shall be void ab initio if the proof of coverage is not timely supplied.
The insurance maintained under this Agreement shall not in any manner limit or qualify the
liabilities or obligations of the Contractor under this Agreement. All insurance policy
deductibles and self- insured retentions for policies maintained under this Agreement shall be
paid by the Contractor.
Compensation and /or payments due to the Contractor under this Agreement are expressly
conditioned upon the Contractor's strict compliance with all insurance requirements. Payment
to the Contractor shall be suspended in the event of non - compliance. Upon receipt of
evidence of Contractor's compliance, payments not otherwise subject to withholding or set -off
will be released to the Contractor. This Agreement shall be void ab initio if the proof of
coverage is not timely supplied.
ATTACHMENT D Page 2
PERSONAL SERVICES AGREEMENT Y iO
If the Errors and Omissions or Professional Liability insurance obtained is an occurrence policy
as opposed to a claims -made policy, the Extended Reporting Period Endorsement is not
required.
3. Liquidated Damages. For delays in timely completion of the work to be done or missed
milestones of the work in progress, the Contractor shall be assessed Two Hundred and Fifty
Dollars ($250.00) per day as liquidated damages and not as a penalty because the County
finds it impractical to calculate the actual cost of delays. Liquidated damages will not be
assessed for any days for which an extension of time has been granted. No deduction or
payment of liquidated damages will, in any degree, release the Contractor from further
obligations and liabilities to complete the entire project.
4. Other (specify)
ATTACHMENT D Page 3
PERSONAL SERVICES AGREEMENT ATTACHMENT D
COUNTY RETAINS THIS FORM
Individual contractors and service providers must complete and sign
5. WA Department of Retirement Systems: Independent Contractor Verification and State
Retirement Status Reporting Form [WAC 415 -02 -110; DRS Email 13 -011; DRS Email 09 -001)
SECTION 1: INDIVIDUAL CONTRACTOR COMPLETES THIS SECTION AND SIGNS:
Did you retire from one of the State of Washington Retirement Systems? YES NO
Did you retire before age 65 using the 2008 early retirement factors (ERF)? YES NO
Will you be receiving direct compensation for your services? YES NO
Will you be receiving indirect compensation for your services? YES NO
CONTRACTOR (Full, individual name of contractor):
Signature: Social Security No. : Date:
SECTION 2: COUNTY COMPLETES THIS SECTION AND RETAINS FOR AUDIT PURPOSES:
Use Member Reporting Verification (MRV) to verify the past retirement membership]
1. Contractor has been a member of a Washington State Retirement System YES NO
If YES, what system and plan?
Teachers' Retirement System (TRS) Planl Plan 2 Plan 3
School Employees' Retirement System (SERS) Plan 2 Plan 3
Public Employees' Retirement System (PERS) Plan 1 Plan 2 Plan 3
Public Safety Employees' Retirement System (PSERS) Plan 2
Law Enforcement Officers' &
Fire Fighters' Retirement System (LEOFF) Plan 1 Plan 2
Washington State Patrol
Retirement System (WSPRS) Plan 1 Plan 2
Judicial Retirement System (JRS)
2. Is the contractor a retiree of a Washington State Retirement System? Yes No
3. Did the contractor retire before age 65 using the 2008 ERF? Yes No
I have verified the information above using MRV or by contacting DRS, and I have evaluated the individual
Contractor, Independent Contractor or Service Provider under WAC 415 -02 -110 and /or DRS Form -MS 344
R 5/09), and the Internal Revenue Service rules governing independent contractor status.
COUNTY OFFICIAL/DEPARTMENT REPRESENTATIVE:
Signature: Date:
COUNTY RETAINS THIS FORM
ATTACHMENT D Page 4
r rmR0 IIIILQ
COWLITZ COUNTY
Corrections Department
REQUEST FOR PROPOSALS (RFP)
NOTE: If you download this RFP from the County website located at
www.co.cowlitz.wa.us/cccd /you are responsible for sending your name, address, e-mail
address, and telephone number to the RFP Coordinator in order for your organization to
receive any RFP amendments or bidder questions /COUNTY answers.
PROJECT TITLE: Full Body Scanning System #02 -2017
PROPOSAL DUE DATE: March 28, 2017 Prior to 11:00 A.M. Pacific Standard Time or
Pacific Daylight Time, Kelso, Washington, USA.
Faxed or E- mailed bids will not be accepted.
CONSULTANT ELIGIBILITY: This procurement is open to those consultants that satisfy
the minimum qualifications stated herein and that are available for work in Washington
State.
CONTENTS OF THE REQUEST FOR PROPOSALS:
1. Introduction
2. General Information for Consultants
3. Proposal Contents
4. Evaluation and Award
5. Exhibits
A. Certifications and Assurances
B. Personal Service Contract with General Terms and Conditions
TABLE OF CONTENTS
1. Introduction
1.1 Purpose and Background ............................................................................. ..............................3
1.2 Objective and Scope of Work ...................................................................... ..............................3
1.2.1 Security Requirements ................................................................................. ..............................4
1.2.2 Mandatory Requirements to be Included in Proposal Response ................. ..............................4
1.3 Minimum Qualifications ................................................................................ ..............................5
1.4 Current or Former Public Employees ........................................... ............................... 5
1.5 Definitions ..................................................................................................... ..............................6
1.6 ADA ............................................................................................................. ..............................6
10
2. General Information for Consultants VA
2.1 RFP Coordinator .......................................................................................... ..............................7
2.2 Estimated Schedule of Procurement Activities ............................................ ..............................7
2.3 Pre - proposal Conference ............................................................ ..............................8
2.4 Submission of Proposals ............................................................................. ..............................8
2.5 Proprietary Information /Public Disclosure .................................................... ..............................8
2.6 Revisions to the RFP .................................................................................... ..............................9
2.7 Minority & Women -Owned Business Participation ....................................... ..............................9
2.8 Acceptance Period.. ..... .............................................. .................... .............................. 10
2.9 Responsiveness.. ........................ .............................................. .................... ....................... 10
2.10 Most Favorable Terms ................................................................................ .............................10
2.11 Contract and General Terms & Conditions ................................................. .............................10
2.12 Costs to Propose ......................................................................................... .............................10
2.13 No Obligation to Contract ............................................................................ .............................10
2.14 Rejection of Proposals.. ........................... .......................................... ...................... 10
2.15 Commitment of Funds ................................................................................. .............................11
2.16 Electronic Payment ................................................................... .............................11
2.17 Insurance Coverage .................................................................................... .............................11
2.18 Cooperative Purchasing... ................... ................. .................. ................. 13
3. Proposal Contents .............................................................................................. .............................14
3.1 Letter of Submittal...................................................................................... .............................14
3.2 Technical Proposal ...................................................................................... .............................14
3.3 Management Proposal ................................................................................ .............................15
3.4 Cost Proposal .............................................................................................. .............................16
4. Evaluation and Contract Award ......................................................................... .............................17
4.1 Evaluation Procedure .................................................................................. .............................17
4.2 Evaluation Weighting and Scoring .............................................................. .............................17
4.3 Oral Presentations may be Required .......................................................... .............................17
4.4 Notification to Proposers ............................................................................. .............................18
4.5 Debriefing of Unsuccessful Proposers ........................................................ .............................18
4.6 Protest Procedure ....................................................................................... .............................18
5. RFP Exhibits ..................................................................................................... .............................19
Exhibit A Certifications and Assurances
Exhibit B Service Contract Format including General Terms and Conditions (GT &Cs)
1. INTRODUCTION
1.1. PURPOSE AND BACKGROUND
The Cowltiz County Corrections Department, hereafter called "County," is initiating this Request for
Proposals (RFP) to solicit proposals from responsible and qualified firms interested in participating on
a project to furnish, deliver, and install one (1) new full body security /contraband detection
scanning system. The system will be delivered, installed and calibrated by the respondent at the
Cowlitz County Jail, 1935 1st Ave, Longview, Washington 98632. All training will also take place at the
above - mentioned location.
The Cowlitz County Jail was built in 2006. The Jail has eight (8) main housing areas with a bed
capacity of 356. Pre -trial inmates with charges ranging from misdemeanors to class A felonies are
housed as well as sentenced inmates.
1.2. OBJECTIVES AND SCOPE OF WORK
Contractor shall provide and deliver state of the art technology and performance comparable to the
requested specifications as stated below. The following are some of the features /specifications
requested for the proposed unit, but are not all inclusive:
Identifies both organic and inorganic items
Low dose x -ray scanning
Shall reveal contraband concealed externally and internally
Unit shall have an operator's desk included
Unit shall provide a mobile lead shield to provide operator protection and a wide field of vision for
observation
A mechanism for preventing radiation exposure when system is not performing the scanning
process
Unit shall be equipped with emergency stop button
Database /Software of previously acquired images, containing the ID of the person being
inspected, ID of the operator, date and time, and received radiation dose.
Corrections staff must be able to extract and download data for reportable incidents
The security body scanning system MUST be a dual view scanner
Service Technician must respond, on -site, within twenty four (24) hours 24/7 (weekends and
holidays included)
Access to a 24/7 toll free support line and 24/7 on -line help desk
Full five (5) year warranty on all parts, labor, licenses, hardware and software upgrades to be
included in the total cost
Quarterly preventative maintenance for (5) years to be included in the total cost
Service warranty must be backed (in writing) by the manufacturer
Service warranty must be assumed by the manufacturer (confirmed in writing) in the event of
default by the distributor
Operator Training and Certification, as applicable
Train the trainer included for up to twenty (20) people
The Contractor shall submit a training schedule that must include training staff on site upon
completion and implementation of contractor's equipment. All training will be the sole
responsibility of the Contractor
Scanned images shall not reveal fine anatomical detail
COWLITZ COUNTY RFP (BODY SCANNER) Page 3 of 19
The Cowlitz County Jail operates 24 hours a day 365 days a year. All work at the facility must be
accomplished on days and at times least disruptive to the Jail security and operation
We will be placing the full -body scanner in our Jail Booking area; therefore, to avoid the need for
extensive remodeling, the overall scanner size must readily fit into an existing space. Physical unit
requirements are: floor length not longer than ten feet and overall width of no wider than seven feet six
inches. Overall height should not be an issue.
In addition to the physical scanner unit, we will require any and all hardware and software necessary
to maintain /operate the scanner, local storage of at least 940,000 images, 1T Hard Drive and 1T
Backup drive.
Accurate data recording needs to be an essential function of the scanning unit. The system must have
the ability to record the total number of scans generated and for supervisors to be able to abstract
from this data the total number of scans for any daily, weekly or monthly period. This unit must also
allow an operator to save images that are deemed positive for contraband separately from the total
images folder. From this action, supervisors can review total number of scans for any one period of
time and thus calculate total number of positives for that same time period. Based on data showing
the units' contraband detection rate, supervisors must be able to review individual operator
performance and compare the total number of scans to the total number of positive I.D.'s for any one
operator.
The contractor shall provide all installation labor and parts directly associated with the installation
tasks. The contractor shall provide any necessary protective coverings needed to protect existing
adjacent finishes. Should damages occur the contractor shall restore all existing adjacent finishes to
their original pre- existing condition.
Obtain any and all permits and /or certifications required by all appropriate regulatory agencies for the
work performed and for any equipment installed. It is the contractor's responsibility to research
permitting requirements and obtain any and all permits, certifications or other regulatory
approvals /requirements prior to installation of equipment. This may include, but is not limited to, any
engineered systems, building codes, construction permits and product warranties or certifications
Electrical power available for install is: 110V
1.2.1 Security Requirements
This project requires access to multiple areas within the Cowlitz County Jail and access to confidential
County information. As such, the successful respondent and associated personnel must pass a
Background check prior to the start of work and access to the facility. The background checks will be
completed by Cowlitz County.
Cowlitz County reserves the right to deny access to any employee on County property, who is
identified as a potential threat to the health, safety, security, general well- being, or operational mission
of the County and /or its population. Should access be denied, the successful respondent shall remove
the employee immediately and replace the employee with a suitable substitute, as approved by the
County, at no additional cost.
1.2.2 Mandatory Requirements to be Included in Proposal Response
COWLITZ COUNTY RFP (BODY SCANNER) Page 4 of 19
All proposal responses must address each of the following and be submitted with the ability to
complete the work as described. Do not exclude any major or minor items of information not
specifically mentioned, but which would normally and reasonably be provided. Please be advised that
the greater the degree of specificity, the more likely it will be for the County to review your response
favorably. Proposal responses must include, but are not limited to, the following information.
1) Consultant shall Include a statement related to understanding and compliance with all of the
general, mandatory, and security requirements. Provide a detailed narrative of how the proposal
intends to meet the objectives of the County, as outlined
2) Consultant shall provide a complete description to include the number of years you have been
doing business in the State of Washington and the prior experience you have had with similar
contracts /agreements
3) Identify the key individuals that will be assigned to Cowlitz County. List, for each individual, all
relevant experience
4) Provide details on the system that is being submitted for consideration; include make /model,
features, dimensions, power requirements, options, upgrades, etc. Include information on the
systems image storage capabilities along with expandable storage options. Submit a system
brochure and specification sheets with your proposal response
5) All proposal responses should include detailed pricing information. Provide (locked -in) annual
pricing for maintenance (preventative, parts, and labor) upon the expiration of the two (2) year
warranty period. Pricing shall include all labor, parts, equipment, supplies, and freight/delivery,
installation, training and travel expenses
6) All proposal responses should include a detailed implementation timeline with an estimated time
commitment by the County
7) The Consultant shall list any and all legal disputes, mediations, arbitrations, and /or lawsuits in
which you or your firm has been involved in the last five (5) years, include details related to the
current status and /or outcome. This information should be provided in a separate sealed
envelope titled "Legal Dispute Information" and submitted with your proposal response
8) All responses shall include a minimum of three (3) references that are currently using the system
proposed. All references shall include name, title, address, telephone number, and e-mail
address. The failure to include references and /or the inability to contact the references shall be
ample cause for rejection of your proposal response
1.3 MINIMUM QUALIFICATIONS
Minimum qualifications include:
Licensed to do business in the State of Washington or provide a commitment that it will
become licensed in Washington within thirty (30) calendar days of being selected as the
Apparently Successful Contractor.
1.4 CONTRACTING WITH FORMER WASHINGTON PUBLIC EMPLOYEES
COWLITZ COUNTY RFP (BODY SCANNER) Page 5 of 19
Washington State Department of Retirement System reporting requirements apply to public entities
contracting with former Washington public employees pursuant to WAC 415 -02 -110, DRS Email 13-
011 and DRS Email 09 -001. Proposers should familiarize themselves with these reporting
requirements to the County before submitting a proposal that includes former public employees.
Information regarding these requirements can be found on the WA Department of Retirement
System's Independent Contractor Verification and State Retirement Status Reporting Form located on
the last page of this document.
1.5 DEFINITIONS
Definitions for the purposes of this RFP include:
COUNTY — COWLITZ is the COUNTY in the state of Washington that is issuing this RFP.
Apparent Successful Contractor — The consultant selected as the entity to perform the anticipated
services, subject to completion of contract negotiations and execution of a written contract.
Consultant — Individual or company interested in the RFP and that may or does submit a proposal in
order to attain a contract with the COUNTY.
Contractor — Individual or company whose proposal has been accepted by the COUNTY and is
awarded a fully executed, written contract.
Proposal — A formal offer submitted in response to this solicitation.
Proposer - Individual or company that submits a proposal in order to attain a contract with the
COUNTY.
Request for Proposals (RFP) — Formal procurement document in which a service or need is
identified but no specific method to achieve it has been chosen. The purpose of an RFP is to permit
the consultant community to suggest various approaches to meet the need at a given price.
1.6 ADA
The COUNTY complies with the Americans with Disabilities Act (ADA). Consultants may contact the
RFP Coordinator to receive this Request for Proposals in Braille or on tape.
COW LITZ COUNTY RFP (BODY SCANNER) Page 6 of 19
2. GENERAL INFORMATION FOR CONSULTANTS
2.1. RFP COORDINATOR
The RFP Coordinator is the sole point of contact in the COUNTY for this procurement. All
communication between the Consultant and the COUNTY upon release of this REP shall be with the
RFP Coordinator, as follows:
Name Chris Moses
E -Mail Address Mosesc @co.cowlitz.wa.us
Mailing Address 1935 1s' Ave
Longview, WA 98632
Physical Address
for Delivery
1935 1st Ave
Longview, WA 98632
Phone Number 360 - 577 - 3094x2212
Fax Number N/A
Any other communication will be considered unofficial and non - binding on the COUNTY. Consultants
are to rely on written statements issued by the RFP Coordinator. Communication directed to parties
other than the RFP Coordinator may result in disqualification of the Consultant.
2.2. ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES
Issue Request for Proposals February 22, 2017
Question & answer period March 8, 2017
Post questions/responses March 10, 2017
Issue last addendum to RFP March 14, 2017
Proposals due March 28, 2017
Evaluate proposals Aril 14, 2017
Conduct interviews /Demos with finalists, if deemed necessary Aril 24 -28, 2017
Announce "Apparent Successful Contractor" and send notification
via fax or e-mail to unsuccessful proposers
May 9, 2017
Negotiate contract May 30, 2017
File contract with DES if required) xxxxxxxxxxxxxxx
Begin contract work June 2017
The COUNTY reserves the right to revise the above schedule.
COWLITZ COUNTY RFP (BODY SCANNER) Page 7 of 19
2.3 PRE- PROPOSAL CONFERENCE
There will be NO mandatory pre - proposal meeting held for this REP, Proposers wishing to tour the
facility prior to the proposal due date may make arrangements by contacting Captain Chris Moses. A
site tour is not mandatory
Upon the close of the proposal due date the County may, if deemed necessary, request a
demonstration of contractors proposed services
COUNTY will be bound only to COUNTY'S written answers to questions. Questions arising during a
site tour or in subsequent communication with the RFP Coordinator will be documented and answered
in written form. A copy of the questions and answers will be sent to each prospective Consultant that
has received a copy of the RFP or made the RFP Coordinator aware of its interest in this procurement
2.4 SUBMISSION OF PROPOSALS
HARD COPY PROPOSALS:
Consultants are required to submit four (4) copies of their proposal. Two copies must have original
signatures and two copies can have photocopied signatures. One (1) original needs to be unbound
and one (1) electronic copy (CD or Flash Drive) must be included. The proposal, whether mailed or
hand delivered, must arrive at the COUNTY no later than 11:00 AM, Pacific Standard Time or Pacific
Daylight Time on March 28, 2017
The proposal is to be sent to the address noted below and in the solicitation. The envelope should be
clearly marked;
Attn: Clerk of the Board
Full Body Scanning System #02 -2017
207 N. 4th AVE. RM 305
Kelso WA 98626
Consultants mailing proposals should allow normal mail delivery time to ensure timely receipt of their
proposals by the RFP Coordinator. Consultants assume the risk for the method of delivery chosen.
The COUNTY assumes no responsibility for delays caused by any delivery service. Proposals may
not be transmitted using facsimile transmission.
Late proposals will not be accepted and will be automatically disqualified from further consideration.
All proposals and any accompanying documentation become the property of the COUNTY and will not
be returned.
2.5 PROPRIETARY INFORMATION /PUBLIC DISCLOSURE
Proposals submitted in response to this competitive procurement shall become the property of the
COUNTY. All proposals received shall remain confidential until the contract, if any, resulting from this
RFP is signed by the Director of the COUNTY, or his Designee, and the apparent successful
Contractor; thereafter, the proposals shall be deemed public records as defined in Chapter 42.56 of
the Revised Code of Washington (RCW).
Any information in the proposal that the Consultant desires to claim as proprietary and exempt from
disclosure under the provisions of Chapter 42.56 RCW, or other state or federal law that provides for
the nondisclosure of your document, must be clearly designated. The information must be clearly
COWLITZ COUNTY RFP (BODY SCANNER) Page 8 of 19
identified and the particular exemption from disclosure upon which the Consultant is making the claim
must be cited. Each page containing the information claimed to be exempt from disclosure must be
clearly identified by the words "Proprietary Information" printed on the lower right hand corner of the
page. Marking the entire proposal exempt from disclosure or as Proprietary Information will not be
honored.
If a public records request is made for the information that the Consultant has marked as "Proprietary
Information," the COUNTY will notify the Consultant of the request and of the date that the records will
be released to the requester unless the Consultant obtains a court order enjoining that disclosure. If
the Consultant fails to obtain the court order enjoining disclosure, the COUNTY will release the
requested information on the date specified. If a Consultant obtains a court order from a court of
competent jurisdiction enjoining disclosure pursuant to Chapter 42.56 RCW, or other state or federal
law that provides for nondisclosure, the COUNTY shall maintain the confidentiality of the Consultant's
information per the court order.
A charge will be made for copying and shipping, as outlined in RCW 42.56. No fee shall be charged
for inspection of contract files, but twenty -four (24) hours' notice to the RFP Coordinator is required.
All requests for information should be directed to the RFP Coordinator.
2.6 REVISIONS TO THE RFP
In the event it becomes necessary to revise any part of this RFP, addenda will be provided via e-mail
to all individuals, who have made the RFP Coordinator aware of their interest. Addenda will also be
published on httr)://www.co.cowlitz.wa.us/bids.asi)x.- For this purpose, the published questions
and answers and any other pertinent information shall be provided as an addendum to the RFP and
will be placed on the website. If you downloaded this RFP from the COUNTY website located at:
hfti)://www.co.cowlitz.wa.us/bids.aspx, you are responsible for sending your name, e-mail
address, and telephone number to the RFP Coordinator in order for your organization to receive any
RFP addenda.
The COUNTY also reserves the right to cancel or to reissue the RFP in whole or in part, prior to
execution of a contract.
2.7 MINORITY & WOMEN -OWNED BUSINESS PARTICIPATION
Cowlitz County encourages participation in all of its contracts by firms certified by the Office of Minority
and Women's Business Enterprises (OMWBE). Participation may be either on a direct basis in
response to this solicitation or on a subcontractor basis. However, no preference will be included in
the evaluation of proposals, no minimum level of MWBE participation shall be required as a condition
for receiving an award, and proposals will not be rejected or considered non - responsive on that basis.
COWLITZ COUNTY RFP (BODY SCANNER) Page 9 of 19
2.8 ACCEPTANCE PERIOD
Proposals must provide 60 days for acceptance by COUNTY from the due date for receipt of
proposals.
2.9 RESPONSIVENESS
All proposals will be reviewed by the RFP Coordinator to determine compliance with administrative
requirements and instructions specified in this RFP. The Consultant is specifically notified that failure
to comply with any part of the RFP may result in rejection of the proposal as non - responsive.
The COUNTY also reserves the right at its sole discretion to waive minor administrative irregularities.
2.10 MOST FAVORABLE TERMS
The COUNTY reserves the right to make an award without further discussion of the proposal
submitted. Therefore, the proposal should be submitted initially on the most favorable terms which
the Consultant can propose. There will be no best and final offer procedure. The COUNTY does
reserve the right to contact a Consultant for clarification of its proposal.
The Apparent Successful Contractor should be prepared to accept this RFP for incorporation into a
contract resulting from this RFP. Contract negotiations may incorporate some or all of the
Consultant's proposal. It is understood that the proposal will become a part of the official procurement
file on this matter without obligation to the COUNTY.
2.11 CONTRACT AND GENERAL TERMS & CONDITIONS
The apparent successful contractor will be expected to enter into a contract which is substantially the
same as the County's standard personal services contract and in accordance with the general terms
and conditions therein, attached as Exhibit B. In no event is a Consultant to submit its own standard
contract terms and conditions in response to this solicitation. The Consultant may submit proposed
exceptions as allowed in the Certifications and Assurances form, Exhibit A to this solicitation. All
exceptions to the contract terms and conditions must be submitted by Consultant as an attachment to
Exhibit A, Certifications and Assurances form, or the standard contract shall be deemed accepted, as
attached.. The COUNTY will review requested exceptions and accept or reject the same at its
sole discretion in awarding the contract.
2.12 COSTS TO PROPOSE
The COUNTY will not be liable for any costs incurred by the Consultant in preparation of a proposal
submitted in response to this RFP, in conduct of a presentation, or any other activities related to
responding to this RFP.
2.13 NO OBLIGATION TO CONTRACT
This RFP does not obligate the COUNTY to contract for services specified herein.
2.14 REJECTION OF PROPOSALS
The COUNTY reserves the right at its sole discretion to reject any and all proposals received without
penalty and not to issue a contract as a result of this RFP.
COWLITZ COUNTY RFP (BODY SCANNER) Page 10 of 19
2.15 COMMITMENT OF FUNDS
The Board of County Commissioners or duly elected official are the only individual(s) who may legally
commit the COUNTY to the expenditures of funds for a contract resulting from this RFP. No cost
chargeable to the proposed contract may be incurred before receipt of a fully executed contract.
2.16 ELECTRONIC PAYMENT
Cowlitz County prefers to utilize electronic payment such as EFT, ACH or the County P -Card in its
transactions. The successful contractor will be provided a form to complete with the contract to
authorize such payment methods.
Property damage 1,000,000 per
2.17 INSURANCE COVERAGE
The Contractor is to furnish the COUNTY with a certificate(s) of insurance executed by a duly
authorized representative of each insurer, showing compliance with the insurance requirements set
forth below.
The Contractor shall, at its own expense, obtain and keep in force insurance coverage which shall be
maintained in full force and effect during the term of the contract. The Contractor shall furnish
evidence in the form of a Certificate of Insurance that insurance shall be provided, and a copy shall be
forwarded to the COUNTY within fifteen (15) days of the contract effective date.
The Contractor shall maintain in full force and effect during the term of this Agreement, and
until final acceptance of the work, public liability and property damage insurance with
companies or through sources approved by the state insurance commissioner pursuant to
RCW Title 48, as now or hereafter amended. The County, its appointed and elected officials,
agents and employees, shall be specifically named as additional insureds in a policy with the
same company which insures the Contractor or by endorsement to an existing policy or with
a separate carrier approved pursuant to RCW Title 48, as now or hereafter amended, and
the following coverages shall be provided:
COMPREHENSIVE GENERAL LIABILITY
COWLITZ COUNTY RFP (BODY SCANNER) Page 11 of 19
Bodily injury, including death. 1,000,000 per
occurrence
Property damage 1,000,000 per
occurrence
ERRORS AND OMISSIONS or PROFESSIONAL
LIABILITY with an Extended Reporting Period
Endorsement (two year tail). 150002000 per
occurrence
WORKERS COMPENSATION: Statutory amount
AUTOMOBILE: coverage on owned, non - owned, rented and hired vehicles
Bodily injury, liability, including death 1,000,000 per
occurrence
Property damage liability 13000,000 per
occurrence
COWLITZ COUNTY RFP (BODY SCANNER) Page 11 of 19
All Contractor's and Contractor's subcontractors' insurance policies and additional named
insured endorsements shall provide primary insurance coverage and be non - contributory.
Any insurance, self- insured retention, deductible, risk retention or insurance pooling
maintained or participated in by the County shall be excess and not contributory to such
insurance policies. All Contractor's and Contractor's subcontractors' liability insurance
policies must be endorsed to show this primary coverage.
Upon request, the Contractor shall provide a full and complete certified copy of all requested
insurance policies to the County. The County reserves the right, but not the obligation, to
revise any insurance requirement, not limited to limits, coverages and endorsements, or to
reject any insurance policies which fail to meet the requirements of this Agreement.
Additionally, the County reserves the right, but not the obligation, to review and reject any
proposed insurer providing coverage based upon the insurer's financial condition or licensing
status in Washington. Any deductibles and /or self- insured retentions exceeding $10,000,
stop loss provisions, and /or exclusions contained in such policies must be approved by the
County in writing. For any deductibles or self- insured retentions exceeding $10,000 or any
stop -loss provisions, the County shall have the right to request and review the Contractor's
most recent annual financial reports and audited financial statements as a condition of
approval.
Contractor hereby agrees to a waive subrogation with respect to each insurance policy
maintained under this Agreement. When required by an insurer, or if a policy condition does
not permit Contractor to enter into a pre -loss agreement to waive subrogation without an
endorsement, then Contractor agrees to notify the insurer and obtain such endorsement.
This requirement shall not apply to any policy which includes a condition expressly prohibiting
waiver of subrogation by the insured or which voids coverage should the Contractor enter
into such a waiver of subrogation on a pre -loss basis.
The County, its departments, elected and appointed officials, employees, agents and
volunteers shall be named as additional insureds on Contractor's and Contractor's
subcontractors' insurance policies by way of endorsement for the full available limits of
insurance maintained by the Contractor and subcontractor, and all coverage shall be primary
and non - contributory. A statement or notation of additional insured status on a Certificate of
Insurance shall not satisfy these requirements. [This endorsement shall not be required if the
Contractor is a governmental entity and is insured through a governmental entity risk pool
authorized by the State of Washington.]
The Contractor shall, for each required insurance policy, provide a Certificate of Insurance,
with endorsements attached, evidencing all required coverages, limits, deductibles, self -
insured retentions and endorsements and which is conditioned upon the County receiving
thirty (30) days prior written notice of reduction in coverages, cancellation or non - renewal.
Each Certificate of Insurance and all insurance notices shall be provided to: ATTN: Risk
Manager, Cowlitz County Administrative Svc., 207 4th Ave. N., Kelso, WA 98626. This
Agreement shall be void ab initio if the proof of coverage is not timely supplied.
The insurance maintained under this Agreement shall not in any manner limit or qualify the
liabilities or obligations of the Contractor under this Agreement. All insurance policy
deductibles and self- insured retentions for policies maintained under this Agreement shall be
paid by the Contractor.
Compensation and /or payments due to the Contractor under this Agreement are expressly
conditioned upon the Contractor's strict compliance with all insurance requirements.
Payment to the Contractor shall be suspended in the event of non - compliance. Upon receipt
of evidence of Contractor's compliance, payments not otherwise subject to withholding or
set -off will be released to the Contractor. This Agreement shall be void ab initio if the proof of
coverage is not timely supplied.
COWLITZ COUNTY RFP (BODY SCANNER) Page 12 of 19
If the Errors and Omissions or Professional Liability insurance obtained is an occurrence
policy as opposed to a claims -made policy, the Extended Reporting Period Endorsement is
not required.
Workers' Compensation Coverage
The Contractor will at all times comply with all applicable workers' compensation, occupational
disease, and occupational health and safety laws, statutes, and regulations to the full extent
applicable. The County will not be held responsive in any way for claims filed by the Contractor or
their employees for services performed under the terms of this contract.
2.18 Cooperative Purchase: This bid and contract is anticipated for use by other government
agencies. The host agency of this bid and contract has entered into intergovernmental (Interlocal)
purchasing agreements pursuant to RCW 39.34 with other government agencies. Interlocal purchasing
agreements allow either party to make purchases at the other party's accepted bid price. By submitting an
Offer, the Contractor agrees to make the same bid terms and price, exclusive of freight and transportation
fees, available to other such governmental agencies. The host agency will in no way whatsoever incur any
liability in relation to specifications, delivery, payment, or any other aspect of purchases by such agencies.
COWLITZ COUNTY RFP (BODY SCANNER) Page 13 of 19
3. PROPOSAL CONTENTS
HARD COPY;
Proposals must be written in English and submitted on eight and one -half by eleven inch (8 1/2' x 11 ")
paper with tabs separating the major sections of the proposal. The four major sections of the
proposal are to be submitted in the order noted below:
1. Letter of Submittal, including signed Certifications and Assurances (Exhibit A to this
RFP)
2. Technical Proposal
3. Management Proposal; and,
4. Cost Proposal
3.1. LETTER OF SUBMITTAL (MANDATORY)
The Letter of Submittal and the attached Certifications and Assurances form (Exhibit A to this RFP)
must be signed and dated by a person authorized to legally bind the Consultant to a contractual
relationship, e.g., the President or Executive Director if a corporation, the managing partner if a
partnership, or the proprietor if a sole proprietorship. Along with introductory remarks, the Letter of
Submittal is to include by attachment the following information about the Consultant and any proposed
subcontractors:
1. Name, address, principal place of business, telephone number, and fax number /e -mail
address of legal entity or individual with whom contract would be written.
2. Name, address, and telephone number of each principal officer (President, Vice President,
Treasurer, Chairperson of the Board of Directors, etc.)
3. Legal status of the Consultant (sole proprietorship, partnership, corporation, etc.) and the year
the entity was organized to do business as the entity now substantially exists.
4. Federal Employer Tax Identification number or Social Security number and the Washington
Uniform Business Identification (UBI) number issued by the state of Washington Department
of Revenue. If the Consultant does not have a UBI number, the Consultant must state that it
will become licensed in Washington within thirty (30) calendar days of being selected as the
Apparently Successful Contractor.
5. Location of the facility from which the Consultant would operate.
3.2. TECHNICAL PROPOSAL (SCORED)
The Technical Proposal must contain a comprehensive description of services including the following
elements:
A. Project Approach /Methodology — Include a complete description of the Consultant's
proposed approach and methodology for the project. This section should convey Consultant's
understanding of the proposed project.
B. Work Plan - Include all project requirements and the proposed tasks, services, activities, etc.
necessary to accomplish the scope of the project defined in this RFP. This section of the
technical proposal must contain sufficient detail to convey to members of the evaluation team
the Consultant's knowledge of the subjects and skills necessary to successfully complete the
project. Include any required involvement of COUNTY staff. The Consultant may also
present any creative approaches that might be appropriate and may provide any pertinent
supporting documentation.
COWLITZ COUNTY RFP (BODY SCANNER) Page 14 of 19
C. Project Schedule - Include a project schedule indicating when the elements of the work will
be completed. Project schedule must ensure that any deliverables requested are met.
D. Outcomes and Performance Measurement — Describe the impacts /outcomes the
Consultants propose to achieve as a result of the delivery of these services including how
these outcomes would be monitored, measured and reported to the COUNTY.
E. Risks - The Consultant must identify potential risks that are considered significant to the
success of the project. Include how the Consultant would propose to effectively monitor and
manage these risks, including reporting of risks to the COUNTY'S contract manager.
F. Deliverables — Fully describe deliverables to be submitted under the proposed contract.
Deliverables must support the requirements set forth in Section 1.2, Objectives and Scope of
Work.
3.3. MANAGEMENT PROPOSAL
A. Project Management (SCORED)
Project Team Structure /Internal Controls - Provide a description of the proposed
project team structure and internal controls to be used during the course of the project,
including any subcontractors. Provide an organizational chart of your firm indicating lines
of authority for personnel involved in performance of this potential contract and
relationships of this staff to other programs or functions of the firm. This chart must also
show lines of authority to the next senior level of management. Include who within the
firm will have prime responsibility and final authority for the work.
B. Experience of the Consultant (SCORED)
1. Indicate the experience the Consultant and any subcontractors have in the following areas
associated with Full Body Scanners.
a. Government agencies
b. Correctional Facilities
2. Indicate other relevant experience that indicates the qualifications of the Consultant, and
any subcontractors, for the performance of the potential contract.
3. Past record of performance with government agencies, particularly correctional facilities,
with respect to such factors as control of costs, quality of work, and ability to meet
schedules.
4. Include a list of contracts the Consultant has had during the last five years that relate to
the Consultant's ability to perform the services needed under this RFP. List contract
reference numbers, contract period of performance, contact persons, telephone numbers,
and fax numbers /e -mail addresses.
C. Related Information (MANDATORY)
1. If the Consultant's staff or subcontractor's staff was a public employee within the state of
Washington during the past 24 months, or is currently a Washington public employee,
identify the individual by name, the agency previously or currently employed by, job title or
position held and separation date.
COWLITZ COUNTY RFP (BODY SCANNER) Page 15 of 19
2. If the Consultant has had a contract terminated for default in the last five years, describe
such incident. Termination for default is defined as notice to stop performance due to the
Consultant's non - performance or poor performance and the issue of performance was
either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such
litigation determined that the Proposer was in default.
3. Submit full details of the terms for default including the other party's name, address, and
phone number. Present the Consultant's position on the matter. The COUNTY will
evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the
past experience. If no such termination for default has been experienced by the
Consultant in the past five years, so indicate.
D. References (MANDATORY)
List names, addresses, telephone numbers, and fax numbers /e -mail addresses of three (3)
business references for the Consultant and three (3) business references for the lead staff
person for whom work has been accomplished and briefly describe the type of service
provided. Do not include current COUNTY staff as references. By submitting a proposal in
response to this Work Request, the vendor and team members grant permission to COUNTY
to contact these references and others, who from COUNTY's perspective, may have pertinent
information. COUNTY may or may not, at COUNTY's discretion, contact references. The
COUNTY may evaluate references at the COUNTY'S discretion.
E. OMWBE Certification (OPTIONAL AND NOT SCORED)
Include proof of certification issued by the Washington State Office of Minority and Women's
Business Enterprises ( OMWBE) if certified minority -owned firm and /or women -owned firm(s)
will be participating on this project. For information: htto' / /WWW.omwbe.Wa.Qo .
3.4. COST PROPOSAL
The evaluation process is designed to award this procurement not necessarily to the Consultant of
least cost, but rather to the Consultant whose proposal best meets the requirements of this RFP.
A. Identification of Costs (SCORED)
Identify all costs in U.S. dollars including expenses to be charged for performing the services
necessary to accomplish the objectives of the contract. The Consultant is to submit a fully
detailed budget including staff costs and any expenses necessary to accomplish the tasks and to
produce the deliverables under the contract. Consultants are required to collect and pay
Washington state sales and use taxes, as applicable.
Costs for subcontractors are to be broken out separately. Please note if any subcontractors are
certified by the Office of Minority and Women's Business Enterprises.
B. Computation
The score for the cost proposal will be computed by dividing the lowest cost bid received by the
Consultant's total cost. Then the resultant number will be multiplied by the maximum possible
points for the cost section.
COW LITZ COUNTY RFP (BODY SCANNER) Page 16 of 19
4. EVALUATION AND CONTRACT AWARD
4.1. EVALUATION PROCEDURE
Responsive proposals will be evaluated strictly in accordance with the requirements stated in this
solicitation and any addenda issued. The evaluation of proposals shall be accomplished by an
evaluation team(s), to be designated by the COUNTY, which will determine the ranking of the
proposals.
COUNTY, at its sole discretion, may elect to select the top- scoring firms as finalists for an oral
presentation.
The RFP Coordinator may contact the Consultant for clarification of any portion of the Consultant's
proposal.
4.2. EVALUATION WEIGHTING AND SCORING
The following weighting and points will be assigned to the proposal for evaluation purposes:
Technical Proposal -40%
Project Approach /Methodology
Quality of Work Plan
Project Schedule
Project Deliverables
Management Proposal — 40%
Project Team Structure and
Internal Controls
Record of performance 3.3 (6.3)
Experience of the Consultant
Cost Proposal — 20%
TOTAL
5 points (maximum)
10 points (maximum)
5 points (maximum)
20 points (maximum)
5 points (maximum)
20 points (maximum)
15 points (maximum)
40 points
40 points
20 points
100 POINTS
COUNTY reserves the right to award the contract to the Consultant whose proposal is deemed to be
in the best interest of the COUNTY.
4.3. ORAL PRESENTATIONS MAY BE REQUIRED
The COUNTY may after evaluating the written proposals elect to schedule oral presentations of the
finalists. Should oral presentations become necessary, the COUNTY will contact the top- scoring
firm(s) from the written evaluation to schedule a date, time and location. Commitments made by the
Consultant at the oral interview, if any, will be considered binding.
CHOICES FOR ORAL SCORING:
The oral presentation will determine the apparent successful contractor. OR
The scores from the written evaluation and the oral presentation combined together will determine the
apparent successful contractor.
COWLITZ COUNTY RFP (BODY SCANNER) Page 17 of 19
4.4. NOTIFICATION TO PROPOSERS
The COUNTY will notify the Apparently Successful Contractor of their selection in writing upon
completion of the evaluation process. Individuals or firms whose proposals were not selected for
further negotiation or award will be notified separately by e -mail or facsimile.
4.5. DEBRIEFING OF UNSUCCESSFUL PROPOSERS
Any Consultant who has submitted a proposal and been notified that they were not selected for
contract award may request a debriefing. The request for a debriefing conference must be received
by the RFP Coordinator within three (3) business days after the Unsuccessful Consultant Notification
is e- mailed or faxed to the Consultant. Debriefing requests must be received by the RFP Coordinator
no later than 5:00 PM, local time, in Kelso, Washington on the third business day following the
transmittal of the Unsuccessful Consultant Notification. The debriefing must be held within three (3)
business days of the request.
Discussion at the debriefing conference will be limited to the following:
Evaluation and scoring of the firm's proposal;
Critique of the proposal based on the evaluation;
Review of proposer's final score in comparison with other final scores without identifying the
other firms.
Comparisons between proposals or evaluations of the other proposals will not be allowed. Debriefing
conferences may be conducted in person or on the telephone and will be scheduled for a maximum of
one hour.
4.6. PROTEST PROCEDURE
Protests may be made only by Consultants who submitted a response to this solicitation document
and who have participated in a debriefing conference. Upon completing the debriefing conference,
the Consultant is allowed three (3) business days to file a protest of the acquisition with the RFP
Coordinator. Protests must be received by the RFP Coordinator no later than 4:30 PM, local time, in
Longview, Washington on the third business day following the debriefing. Protests may be submitted
by e -mail or facsimile, but must then be followed by the document with an original signature.
Consultants protesting this procurement shall follow the procedures described below. Protests that do
not follow these procedures shall not be considered. This protest procedure constitutes the sole
administrative remedy available to Consultants under this procurement.
All protests must be in writing, addressed to the RFP Coordinator, and signed by the protesting party
or an authorized Agent. The protest must state the RFP number, the grounds for the protest with
specific facts and complete statements of the action(s) being protested. A description of the relief or
corrective action being requested should also be included.
Only protests stipulating an issue of fact concerning the following subjects shall be considered:
A matter of bias, discrimination or conflict of interest on the part of an evaluator;
Errors in computing the score;
Non - compliance with procedures described in the procurement document or COUNTY policy.
Protests not based on procedural matters will not be considered. Protests will be rejected as without
merit if they address issues such as: 1) an evaluator's professional judgment on the quality of a
proposal, or 2) COUNTY'S assessment of its own and /or other agencies needs or requirements.
COWLITZ COUNTY RFP (BODY SCANNER) Page 18 of 19
Upon receipt of a protest, a protest review will be held by the COUNTY. The COUNTY Purchasing
Manager or an employee delegated by the Purchasing Manager who was not involved in the
procurement will consider the record and all available facts and issue a decision within five (5)
business days of receipt of the protest. If additional time is required, the protesting party will be
notified of the delay.
In the event a protest may affect the interest of another Consultant that also submitted a proposal,
such Consultant will be given an opportunity to submit its views and any relevant information on the
protest to the RFP Coordinator.
The final determination of the protest shall:
Find the protest lacking in merit and uphold the COUNTY's action; or
Find only technical or harmless errors in the COUNTY's acquisition process and determine
the COUNTY to be in substantial compliance and reject the protest; or
Find merit in the protest and provide the COUNTY options which may include:
Correct the errors and re- evaluate all proposals, and /or
Reissue the solicitation document and begin a new process, or
Make other findings and determine other courses of action as appropriate.
If the COUNTY determines that the protest is without merit, the COUNTY will enter into a contract with
the apparently successful contractor. If the protest is determined to have merit, one of the alternatives
noted in the preceding paragraph will be taken.
5. RFP EXHIBITS
Exhibit A Certifications and Assurances
Exhibit B Personal Service Contract Format including General Terms and Conditions (GT &Cs)
COWLITZ COUNTY RFP (BODY SCANNER) Page 19 of 19
EXHIBIT A
CERTIFICATIONS AND ASSURANCES
I /we make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with
these requirements are conditions precedent to the award or continuation of the related contract:
1. I /we declare that all answers and statements made in the proposal are true and correct.
2. The prices and /or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However, I /we
may freely join with other persons or organizations for the purpose of presenting a single proposal.
3. The attached proposal is a firm offer for a period of 60 days following receipt, and it may be accepted
by the COUNTY without further negotiation (except where obviously required by lack of certainty in
key terms) at any time within the 60 -day period.
4. I /we understand that the COUNTY will not reimburse me /us for any costs incurred in the preparation
of this proposal. All proposals become the property of the COUNTY, and I /we claim no proprietary
right to the ideas, writings, items, or samples, unless so stated in this proposal.
5. Unless otherwise required by law, the prices and /or cost data which have been submitted have not
been knowingly disclosed by the Proposer and will not knowingly be disclosed by him /her prior to
opening, directly or indirectly, to any other Proposer or to any competitor.
6. I /we agree that submission of the attached proposal constitutes acceptance of the solicitation contents
and the attached sample contract and general terms and conditions. If there are any exceptions to
these terms, I /we have described those exceptions in detail on a page attached to this document.
7. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
8. I /we grant the COUNTY the right to contact references and other, who may have pertinent information
regarding the ability of the Consultant and the lead staff person to perform the services contemplated
by this RFP.
9. If any staff member(s) who will perform work on this contract has retired from the State of Washington
under the provisions of the 2008 Early Retirement Factors legislation, his /her name(s) is noted on a
separately attached page.
We (circle one) are / are not submitting proposed Contract exceptions. (See Section 2.10, Contract and
General Terms and Conditions.) If Contract exceptions are being submitted, 1 /we have attached them to
this form.
On behalf of the Consultant submitting this proposal, my name below attests to the accuracy of
the above statement.
of Proposer
Page 1 of 1
EXHIBIT B
Uo\,\
TZ Cot,
5
PERSONAL SERVICES AGREEMENT
v
kgSNING Contract Number:
t
THIS AGREEMENT is entered into between COWLITZ COUNTY, a political subdivision of the State of
Washington, (hereinafter called "County' or "Cowlitz County ") and
Name:
Address:
Phone N°:
hereinafter called "Contractor ").
This Agreement is comprised of:
Attachment A — Scope of Work
Attachment B — Compensation
Attachment C — General Conditions
Attachment D — Special Terms and Conditions
and Retirement Status Form (signature required)
Attachment E — (specify)
copies of which are attached hereto and incorporated herein by this reference as if fully set forth.
The term of this Agreement shall commence on the day of 20 and shall, unless
terminated as provided elsewhere in the Agreement, terminate on the day of 20
IN WITNESS WHEREOF, the parties have executed this Agreement on this day of 20
CONTRACTOR:
Print name:
Title:
Date: 20
Optional for Commissioner Approva))
ATTEST:
12014 —ver. 3]
COWLITZ COUNTY:
BOCC approval subject to Board ratification or
authorization)
CONTRACT HAS BEEN APPROVED AS TO
FORM BY COWLITZ COUNTY PROSECUTING
Tiffany 0streim, Clerk of the Board ATTORNEY
PERSONAL SERVICES AGREEMENT ATTACHMENT A
SCOPE OF WORK
The contractor agrees to complete the professional services work on the Cowlitz County, as described
below (or in the attached document), including the following elements:
In the event the Contractor, or its agents or assigns, are unable to complete their work as scheduled, the
contract period and compensation may be adjusted by mutual agreement of the County and Contractor.
ATTACHMENT A Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENT B
1. a. FIXED FEE FOR SERVICE: For services rendered, the County shall pay to the Contractor a fixed
fee of DOLLARS ($ ) for the completed work set forth in Attachment "A. ". Payments for
completed tasks shall be made no more frequently than bi- monthly; quarterly; semi - annually;
annually; at completion of project; other (specify)
Each request for payment shall be supported by an invoice specifying the tasks completed up to the request
for payment and the payment amount requested. In no event shall payment be sought in an amount which
represents a percentage of the fee greater than the percentage of completed tasks.
b. HOURLY RATES: For services rendered, the County shall compensate the Contractor at the
following hourly rates:
Name /Position Hourly Rate
Payments for completed tasks shall be made no more frequently than monthly; quarterly; semi-
annually; annually; at completion of project; other (specify)
Each request for payment shall be supported by an invoice specifying: the name /position of the Contractor's
employee if two or more are identified above; number of hours worked; completed tasks for which
compensation is sought and; payment amount requested.
In no event shall Contractor be compensated in excess of DOLLARS
for the completed work set forth in Attachment "A."
2. AND
a. The compensation set forth herein includes, without limitation: labor, materials, equipment, travel,
telephone, computer, copiers and the like.
OR
b. The County shall reimburse the Contractor for actual expenses incurred for travel, telephone, copiers
and computer. Reimbursement for airfare, mileage, meals and /or accommodations shall be at the same
rate as that applicable to county employees traveling on county business.
OR
c. Other (specify) The County, in addition to the compensation herin set forth shall provide to the
Contractor the following:
ATTACHMENT B Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENT C
GENERAL CONDITIONS
1. Scope of Contractor's Services. The Contractor agrees to provide to the County services and any
materials set forth in the project narrative identified as Attachment A during the agreement period.
No material, labor, or facilities will be furnished by the County, except as provided for herein.
2. Accounting and Payment for Contractor Services. Payment to the Contractor for services rendered
under this Agreement shall be as set forth in Attachment B. Unless specifically stated in Attachment
B, the County will not reimburse the Contractor for any costs or expenses incurred by the Contractor
in the performance of this contract.
3. Delegation and Subcontracting. Contractor's services are deemed personal and no portion of this
contract may be delegated or subcontracted to any other individual, firm or entity without the express
and prior written approval of the County Project Manager.
4. Independent Contractor. The Contractor's services shall be furnished by the Contractor as an
independent contractor and nothing herein contained shall be construed to create a relationship of
employer /employee or master /servant.
The Contractor acknowledges that the entire compensation for this Agreement is specified in
Attachment B and the Contractor is not entitled to any county benefits including, but not limited to:
vacation pay, holiday pay, sick leave pay, medical, dental or other insurance benefits, or any other
rights or privileges afforded to Cowlitz County employees. The Contractor represents that it
maintains a separate place of business, serves clients other than the County, will report all income
and expense accrued under this contract with the Internal Revenue Service on a business tax
schedule, and has a tax account with the State of Washington Department of Revenue for payment
of all sales and use and Business and Occupation taxes collected by the State of Washington.
In the event that either the state or federal government determines that an employer /employee or
master /servant relationship exists rather than an independent contractor relationship such that
Cowlitz County is deemed responsible for federal withholding, social security contributions, workers
compensation and the like, the Contractor agrees to reimburse Cowlitz County for any payments
made or required to be made by Cowlitz County. Should any payments be due to the Contractor
pursuant to this Agreement, the Contractor agrees that reimbursement may be made by deducting
from such future payments a pro rata share of the amount to be reimbursed.
Notwithstanding any determination by the state or federal government that an employer /employee or
master /servant relationship exists, the Contractor, its officers, employees and agents, shall not be
entitled to any benefits which Cowlitz County provides to its employees.
5. No Guarantee of Employment. The performance of all or part of this contract by the Contractor shall
not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any
employment of the Contractor or any employee of the Contractor or any subcontractor or any
employee of any subcontractor by the County at the present time or in the future.
6. Regulations and Requirements. This Agreement shall be subject to all federal, state and local laws,
rules, and regulations.
Right to Review. This contract is subject to review by any federal or state auditor. The County shall
have the right to review and monitor the financial and service components of this program by
whatever means are deemed expedient by the County Project Manager. Such review may occur with
or without notice, and may include, but is not limited to, on -site inspection by County agents or
employees, inspection of all records or other materials which the County deems pertinent to the
Agreement and its performance, and any and all communications with or evaluations by service
recipients under this Agreement. The Contractor shall preserve and maintain all financial records
and records relating to the performance of work under this Agreement for six (6) years after contract
ATTACHMENT C Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENT C
termination, and shall make them available for such review, within Cowlitz County, State of
Washington, upon request, during reasonable business hours.
8. Modifications. Either party may request changes in the Agreement. Any and all agreed modifications
shall be in writing, signed by each of the parties.
9. Termination for Default. If the Contractor defaults by failing to perform any of the obligations of the
contract or becomes insolvent or is declared bankrupt or makes an assignment for the benefit of
creditors, the County may, by depositing written notice to the Contractor in the U.S. Mail, postage
prepaid, terminate the contract, and at the County's option, obtain performance of the work
elsewhere. If the contract is terminated for default, the Contractor shall not be entitled to receive any
further payments under the contract. Any extra cost or damage to the County resulting from such
default(s) shall be deducted from any money due or coming due to the Contractor. The Contractor
agrees to bear any extra expenses incurred by the County in completing the work, including all
increased costs for completing the work, and all damage sustained, or which may be sustained by
the County by reason of such default.
If a notice of termination for default has been issued and it is later determined for any reason that the
Contractor was not in default, the rights and obligations of the parties shall be the same as if the
notice of termination had been issued pursuant to the Termination for Public Convenience paragraph
hereof.
10. Termination for Public Convenience. The County may terminate the contract in whole or in part
whenever the County determines, in its sole discretion that such termination is in the interests of the
County. Whenever the contract is terminated in accordance with this paragraph, the Contractor shall
be entitled to payment for actual work performed for completed items of work. An equitable
adjustment in the contract price for partially completed items of work will be made, but such
adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work.
Termination of this contract by the County at any time during the term, whether for default or
convenience, shall not constitute a breach of contract by the County.
11. Termination Due to Insufficient Funds. If sufficient funds for payment under this contract are not
appropriated or allocated or are withdrawn, reduced, or otherwise limited, the County may terminate
this contract upon thirty (30) days written notice to the Contractor. No penalty or expense shall
accrue to the County in the event this provision applies.
12. Termination Procedure. The following provisions apply in the event that this Agreement is
terminated:
a) The Contractor shall cease to perform any services required hereunder as of the effective
date of termination and shall comply with all reasonable instructions contained in the notice of
termination, if any.
b) The Contractor shall provide the County with an accounting of authorized services provided
through the effective date of termination.
c) If the Agreement has been terminated for default, the County may withhold a sum from the
final payment to the Contractor that the County determines necessary to protect itself against
loss or liability.
13. Defense and Indemnity Agreement. The Contractor agrees to defend, indemnify and save harmless
the County, its appointed and elected officers, agents and employees, from and against all loss or
expense, including but not limited to claims, demands, actions, judgments, settlements, attorneys'
fees and costs by reason of any and all claims and demands upon the County, its elected or
appointed officials or employees for damages because of personal or bodily injury, including death at
any time resulting therefrom, sustained by any person or persons and on account of damage to
property including loss of use thereof, whether such injury to persons or damage to property is due to
ATTACHMENT C Page 2
PERSONAL SERVICES AGREEMENT ATTACHMENT C
the negligence of the Contractor, his /her subcontractors, its successor or assigns, or its or their
agent, servants, or employees, the County, its appointed or elected officers, employees or their
agents, except only such injury or damage as shall have been occasioned by the sole negligence of
the County, its appointed or elected officials or employees. It is further provided that no liability shall
attach to the County by reason of entering into this contract, except as expressly provided herein.
The County agrees to defend, indemnify and save harmless the Contractor, its appointed and elected
officers, agents and employees, from and against all loss or expense, including but not limited to
claims, demands, actions, judgments, settlements, attorneys' fees and costs by reason of any and all
claims and demands upon the Contractor, its elected or appointed officials or employees for
damages because of personal or bodily injury, including death at any time resulting therefrom,
sustained by any person or persons and on account of damage to property including loss of use
thereof, whether such injury to persons or damage to property is due to the negligence of the County,
its subcontractors, its successor or assigns, or its or their agent, servants, or employees, the
Contractor, its appointed or elected officers, employees or their agents, except only such injury or
damage as shall have been occasioned by the sole negligence of the Contractor, its appointed or
elected officials or employees. It is further provided that no liability shall attach to the Contractor by
reason of entering into this contract, except as expressly provided herein.
14. Industrial Insurance Waiver. With respect to the performance of this Agreement and as to claims
against the County, its appointed and elected officers, agents and employees, the Contractor
expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial
Insurance Act, as now or hereafter amended, for injuries to its employees and agrees that the
obligations to indemnify, defend and hold harmless provided in this Agreement extend to any claim
brought by or on behalf of any employee of the Contractor. Along with the other provisions of this
Agreement, this waiver is mutually negotiated by the parties to this Agreement.
15. Venue and Choice of Law. In the event that any litigation should arise concerning the construction or
interpretation of any of the terms of this Agreement, the venue of such action shall be in the courts of
the State of Washington in and for the County of Cowlitz. This Agreement shall be governed by the
law of the State of Washington.
16. Withholding Payment. In the event the County Project Manager determines that the Contractor has
failed to perform any obligation under this Agreement within the times set forth in this Agreement,
then the County may withhold from amounts otherwise due and payable to Contractor the amount
determined by the County as necessary to cure the default, until the County Project Manager
determines that such failure to perform has been cured. Withholding under this clause shall not be
deemed a breach entitling Contractor to termination or damages, provided that the County promptly
gives notice in writing to the Contractor of the nature of the default or failure to perform, and in no
case more than ten (10) days after it determines to withhold amounts otherwise due. A determination
of the County Project Manager set forth in a notice to the Contractor of the action required and /or the
amount required to cure any alleged failure to perform shall be deemed conclusive, except to the
extent that the Contractor acts within the times and in strict accord with the provision of the Disputes
clause of this Agreement. The County may act in accordance with any determination of the County
Project Manager which has become conclusive under this clause, without prejudice to any other
remedy under the Agreement, to take all or any of the following actions: (1) cure any failure or
default, (2) to pay any amount so required to be paid and to charge the same to the account of the
Contractor, (3) to set off any amount paid or incurred from amounts due or to become due the
Contractor. In the event the Contractor obtains relief upon a claim under the Disputes clause, no
penalty or damages shall accrue to the Contractor by reason of good faith withholding by the County
under this clause.
17. Rights and Remedies. The duties and obligations imposed by this Agreement and the rights and
remedies available hereunder shall be in addition to and not a limitation of any duties, obligations,
rights and remedies otherwise imposed or available bylaw.
18. Contractor Commitments Warranties and Representations. Any written commitment received from
the Contractor concerning this Agreement shall be binding upon the Contractor, unless otherwise
ATTACHMENT C Page 3
PERSONAL SERVICES AGREEMENT ATTACHMENT C
specifically provided herein with reference to this paragraph. Failure of the Contractor to fulfill such a
commitment shall render the Contractor liable for damages to the County. A commitment includes,
but is not limited to any representation made prior to execution of this Agreement, whether or not
incorporated elsewhere herein by reference, as to performance of services or equipment, prices or
options for future acquisition to remain in effect for a fixed period, or warranties.
19. Patent/Copyright Infringement. Contractor will defend, indemnify and save harmless County, its
appointed and elected officers, agents and employees from and against all loss or expense, including
but not limited to claims, demands, actions, judgments, settlements, attorneys' fees and costs by
reason of any and all claims and demands upon the County, its elected or appointed officials or
employees for damages because of the Contractor's alleged infringement on any patent or copyright.
The Contractor will pay those costs and damages attributable to any such claims that are finally
awarded against the County, its appointed and elected officers, agents and employees in any action.
Such defense and payments are conditioned upon the following:
a) That Contractor shall be notified promptly in writing by County of any notice of such claim.
b) Contractor shall have the right, hereunder, at its option and expense, to obtain for the
County the right to continue using the information, in the event such claim of infringement, is
made, provided no reduction in performance or loss results to the County.
20. Disputes:
a) General. Differences between the Contractor and the County, arising under and by virtue
of the contract documents shall be brought to the attention of the County at the earliest
possible time in order that such matters may be settled or other appropriate action promptly
taken. The records, orders, rulings, instructions, and decision of the County Project Manager
shall be final and conclusive thirty (30) days from the date of mailing unless the Contractor
mails or otherwise furnishes to the County Project Manager a written notice of appeal. The
notice of appeal shall include facts, law, and argument as to why the conclusions of the County
Project Manager are in error.
In connection with any appeal under this clause, the Contractor and County shall have the
opportunity to submit written materials and argument and to offer documentary evidence in
support of the appeal. Oral argument and live testimony will not be permitted. The decision of
the County Project Manager for the determination of such appeals shall be final and
conclusive. Reviews of the appellate determination shall be brought in the Superior Court of
Cowlitz County within fifteen (15) days of mailing of the written appellate determination.
Pending final decision of the dispute, the Contractor shall proceed diligently with the
performance of this Agreement and in accordance with the decision rendered.
b) Notice of Potential Claims. The Contractor shall not be entitled to additional compensation
or to extension of time for (1) any act or failure to act by the County Project Manager or the
County, or (2) the happening of any event or occurrence, unless the Contractor has given the
County a written Notice of Potential Claim within ten (10) days of the commencement of the
act, failure, or event giving rise to the claim, and before final payment by the County. The
written Notice of Potential Claim shall set forth the reasons for which the Contractor believes
additional compensation or extension of time is due, the nature of the cost involved, and
insofar as possible, the amount of the potential claim. Contractor shall keep full and complete
daily records of the work performed, labor and material used, and all costs and additional time
claimed to be additional.
c) Detailed Claim. The Contractor shall not be entitled to claim any such additional
compensation, or extension of time, unless within thirty (30) days of the accomplishment of the
portion of the work from which the claim arose, and before final payment by the County, the
Contractor has given the County a detailed written statement of each element of cost or other
ATTACHMENT C Page 4
PERSONAL SERVICES AGREEMENT ATTACHMENT C
compensation requested and of all elements of additional time required, and copies of any
supporting documents evidencing the amount or the extension of time claimed to be due.
21. Ownership of Items Produced and Public Disclosure. All writings, programs, data, art work, music,
maps, charts, tables, illustrations, records or other written, graphic, analog or digital materials
prepared by the Contractor and /or its consultants or subcontractors, in connection with the
performance of this Agreement shall be the sole and absolute property of the County and constitute
work made for hire" as that phrase is used in federal and /or state intellectual property laws and
Contractor and /or its agents shall have no ownership or use rights in the work. Except as to data or
information in the public domain or previously known to Contractor or required to be disclosed by law,
subpoena or other process, the following shall apply:
a) Correspondence, emails, reports and other electronic or written work product will be generated
between the Contractor and County during the course of this Contract. This Contract and such
work product in the possession of Contractor may be deemed public records subject to
disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public
Records Act). Thus, the County shall be required, upon request, to disclose this Contract and
all documents related to it unless an exemption under the Public Records Act or other laws
applies. Contractor shall fully cooperate with and assist the County with respect to any request
for public records received by the County related to the services performed under this
Contract.
b) Should County receive a request for disclosure, County agrees to provide Contractor ten
10) days written notice of impending release, and to cooperate with any legal action which
may be initiated by Contractor to enjoin or otherwise prevent such release, provided that all
expense of any such litigation shall be borne by Contractor, including any damages, attorney's
fees or costs awarded by reason of having opposed disclosure, and further provided that
County shall not be liable for any release where notice was provided and Contractor took no
action to oppose the release of information. Notice of any proposed release of information
pursuant to Chapter 42.56 RCW, shall be provided to Contractor according to the "Notice"
provision herein. If the Contractor has not obtained an injunction and served the County with
that injunction by the close of business on the tenth business day after the County sent notice,
the County will then disclose the record unless it makes an independent determination that the
record is exempt from disclosure. Notwithstanding the above, the Contractor must not take any
action that would affect (a) the County's ability to use goods and services provided under this
Contract or (b) the Contractor obligations under this Contract. The Contractor will fully
cooperate with the County in identifying and assembling records in case of any public
disclosure request.
c) Contractor's failure to timely provide such records upon demand shall be deemed a material
breach of this Contract. To the extent that the County incurs any monetary penalties, attorneys'
fees, and /or any other expenses as a result of such breach, Contractor shall fully indemnify
and hold harmless County as set forth in Section 13. For purposes of this section, the terms
public records" and "agency' shall have the same meaning as defined by Chapter 42.56
RCW, as said chapter has been construed by Washington courts. The provisions of this
section shall survive the expiration or termination of this Agreement.
22. Recovery of Payments to Contractor. The right of the Contractor to retain monies paid to it is
contingent upon satisfactory performance of this Agreement, including the satisfactory completion of
the project described in the Scope of Work (Attachment A). In the event that the Contractor fails, for
any reason, to perform obligations required of it by this Agreement, the Contractor may, at the County
Project Manager's sole discretion, be required to repay to the County all monies disbursed to the
Contractor for those parts of the project that are rendered worthless in the opinion of the County
Project Manager by such failure to perform.
Interest shall accrue at the rate of 12 percent (12 %) per annum from the time the County Project
Manager demands repayment of funds.
ATTACHMENT C Page 5
PERSONAL SERVICES AGREEMENT ATTACHMENTC
23. Protect Approval. The extent and character of all work and services to be performed under this
Agreement by the Contractor shall be subject to the review and approval of the County Project
Manager. For purposes of this Agreement, the County Project Manager is:
Name:
Title:
Department:
Address:
Telephone:
E -mail:
Fax:
In the event there is a dispute with regard to the extent and character of the work to be done, the
determination of the County Project Manager as to the extent and character of the work to be done
shall govern subject to the Contractor's right to appeal that decision as provided herein.
24. Non - Discrimination. The Contractor shall not discriminate against any person on the basis of race,
creed, political ideology, color, national origin, sex, marital status, sexual orientation, age, or the
presence of any sensory, mental or physical handicap.
25. Subcontractors. In the event that the Contractor employs the use of any subcontractors, the contract
between the Contractor and the subcontractor shall provide that the subcontractor is bound by the
terms of this Agreement between the County and the Contractor. The Contractor shall insure that in
all subcontracts entered into, County is named as an express third -party beneficiary of such contracts
with full rights as such.
26. Third Party Beneficiaries. This agreement is intended for the benefit of the County and Contractor
and not for the benefit of any third parties.
27. Standard of Care. The Contractor shall perform its duties hereunder in a manner consistent with that
degree of care and skill ordinarily exercised by members of the same profession as Contractor
currently practicing under similar circumstances. The Contractor shall, without additional
compensation, correct those services not meeting such a standard.
28. Time is of the Essence. Time is of the essence in the performance of this contract unless a more
specific time period is set forth in either the Special Terms and Conditions or Scope of Work.
29. Notice. Except as set forth elsewhere in the Agreement, for all purposes under this Agreement,
except service of process, any notices shall be given by the Contractor to the County Project
Manager. Notice to the Contractor for all purposes under this Agreement shall be given to the person
executing the Agreement on behalf of the Contractor at the address identified on the signature page.
30. Severabilitv. If any term or condition of this contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications
which can be given effect without the invalid term, condition or application. To this end, the terms
and conditions of this contract are declared severable.
31. Precedence. In the event of inconsistency in this Agreement, unless otherwise provided herein, the
inconsistency shall be resolved by giving precedence in the following order:
a) Applicable federal, state and local statutes, ordinances and regulations;
b) Scope of Work (Attachment A) and Compensation (Attachment B);
c) Special Terms and Conditions (Attachment D); and
d) General Conditions (Attachment C).
ATTACHMENT C Page 6
PERSONAL SERVICES AGREEMENT ATTACHMENT C
32. Waiver. Waiver of any breach or condition of this contract shall not be deemed a waiver of any prior
or subsequent breach. No term or condition of this contract shall be held to be waived, modified or
deleted except by an instrument, in writing, signed by the parties hereto.
33. Attorney Fees. In the event that litigation must be brought to enforce the terms of this agreement, the
prevailing party shall be entitled to be paid reasonable attorney fees.
34. Construction. This agreement has been mutually reviewed and negotiated by the parties and should
be given a fair and reasonable interpretation and should not be construed less favorably against
either party.
35. Survival. Without being exclusive, Paragraphs 4, 7, 13 -19, 21 -22 and 30 -35 of these General
Conditions shall survive any termination, expiration or determination of invalidity of this Agreement in
whole or in part. Any other Paragraphs of this Agreement which, by their sense and context, are
intended to survive shall also survive.
36. Entire Agreement. This written contract represents the entire Agreement between the parties and
supersedes any prior statements, discussions or understandings between the parties except as
provided herein.
ATTACHMENT C Page 7
PERSONAL SERVICES AGREEMENT ATTACHMENT C
SPECIAL TERMS AND CONDITIONS
AND RETIREMENT STATUS FORM
t. Reporting. The Contractor shall submit written progress reports to the County Project
Manager as set forth below:
With each request for payment.
Monthly.
Quarterly.
Semi - annually.
Annually.
Project completion.
Other (specify)
Progress reports shall include, at a minimum, the following:
Reports shall include any problems, delays or adverse conditions which will materially affect
the Contractor's ability to meet project objectives or time schedules together with a statement
of action taken or proposed to resolve the situation. Reports shall also include
recommendations for changes to the Scope of Work, if any. Payments may be withheld if
reports are not submitted.
2. Insurance. The Contractor shall maintain in full force and effect during the term of this
Agreement, and until final acceptance of the work, public liability and property damage
insurance with companies or through sources approved by the state insurance commissioner
pursuant to RCW Title 48, as now or hereafter amended. The County, its appointed and
elected officials, agents and employees, shall be specifically named as additional insureds in
a policy with the same company which insures the Contractor or by endorsement to an
existing policy or with a separate carrier approved pursuant to RCW Title 48, as now or
hereafter amended, and the following coverages shall be provided:
COMPREHENSIVE GENERAL LIABILITY:
Bodily injury, including death. $ per occurrence
Property damage $ per
occurrence
ERRORS AND OMISSIONS or PROFESSIONAL
LIABILITY with an Extended Reporting Period
Endorsement (two year tail). $ per
occurrence
WORKERS COMPENSATION: Statutory amount
AUTOMOBILE: coverage on owned, non - owned, rented and hired vehicles
Bodily injury, liability, including death $ per
occurrence
Property damage liability $ per
occurrence
ATTACHMENT C Page 1
PERSONAL SERVICES AGREEMENT ATTACHMENTC
All Contractor's and Contractor's subcontractors' insurance policies and additional named
insured endorsements shall provide primary insurance coverage and be non - contributory.
Any insurance, self- insured retention, deductible, risk retention or insurance pooling
maintained or participated in by the County shall be excess and not contributory to such
insurance policies. All Contractor's and Contractor's subcontractors' liability insurance
policies must be endorsed to show this primary coverage.
Upon request, the Contractor shall provide a full and complete certified copy of all requested
insurance policies to the County. The County reserves the right, but not the obligation, to
revise any insurance requirement, not limited to limits, coverages and endorsements, or to
reject any insurance policies which fail to meet the requirements of this Agreement.
Additionally, the County reserves the right, but not the obligation, to review and reject any
proposed insurer providing coverage based upon the insurer's financial condition or licensing
status in Washington. Any deductibles and /or self- insured retentions exceeding $10,000,
stop loss provisions, and /or exclusions contained in such policies must be approved by the
County in writing. For any deductibles or self - insured retentions exceeding $10,000 or any
stop -loss provisions, the County shall have the right to request and review the Contractor's
most recent annual financial reports and audited financial statements as a condition of
approval.
Contractor hereby agrees to a waive subrogation with respect to each insurance policy
maintained under this Agreement. When required by an insurer, or if a policy condition does
not permit Contractor to enter into a pre -loss agreement to waive subrogation without an
endorsement, then Contractor agrees to notify the insurer and obtain such endorsement.
This requirement shall not apply to any policy which includes a condition expressly prohibiting
waiver of subrogation by the insured or which voids coverage should the Contractor enter
into such a waiver of subrogation on a pre -loss basis.
The County, its departments, elected and appointed officials, employees, agents and
volunteers shall be named as additional insureds on Contractor's and Contractor's
subcontractors' insurance policies by way of endorsement for the full available limits of
insurance maintained by the Contractor and subcontractor, and all coverage shall be primary
and non - contributory. A statement or notation of additional insured status on a Certificate of
Insurance shall not satisfy these requirements. [This endorsement shall not be required if the
Contractor is a governmental entity and is insured through a governmental entity risk pool
authorized by the State of Washington.]
The Contractor shall, for each required insurance policy, provide a Certificate of Insurance,
with endorsements attached, evidencing all required coverages, limits, deductibles, self -
insured retentions and endorsements and which is conditioned upon the County receiving
thirty (30) days prior written notice of reduction in coverages, cancellation or non - renewal.
Each Certificate of Insurance and all insurance notices shall be provided to: ATTN: Risk
Manager, Cowlitz County Administrative Svc., 207 4th Ave. N., Kelso, WA 98626. This
Agreement shall be void ab initio if the proof of coverage is not timely supplied.
The insurance maintained under this Agreement shall not in any manner limit or qualify the
liabilities or obligations of the Contractor under this Agreement. All insurance policy
deductibles and self - insured retentions for policies maintained under this Agreement shall be
paid by the Contractor.
Compensation and /or payments due to the Contractor under this Agreement are expressly
conditioned upon the Contractor's strict compliance with all insurance requirements.
Payment to the Contractor shall be suspended in the event of non - compliance. Upon receipt
of evidence of Contractor's compliance, payments not otherwise subject to withholding or
set -off will be released to the Contractor. This Agreement shall be void ab initio if the proof of
coverage is not timely supplied.
ATTACHMENT C Page 2
PERSONAL SERVICES AGREEMENT ATTACHMENT C
If the Errors and Omissions or Professional Liability insurance obtained is an occurrence
policy as opposed to a claims -made policy, the Extended Reporting Period Endorsement is
not required.
3. Liquidated Damages. For delays in timely completion of the work to be done or missed
milestones of the work in progress, the Contractor shall be assessed Dollars ($ )
per day as liquidated damages and not as a penalty because the County finds it impractical
to calculate the actual cost of delays. Liquidated damages will not be assessed for any days
for which an extension of time has been granted. No deduction or payment of liquidated
damages will, in any degree, release the Contractor from further obligations and liabilities to
complete the entire project.
4. Other (specify)
ATTACHMENT C Page 3
PERSONAL SERVICES AGREEMENT ATTACHMENT C
COUNTY HR DEPARTMENT RETAINS THIS FORM
Individual contractors and service providers must complete and sign
5. WA Department of Retirement Systems: Independent Contractor Verification and State
Retirement Status Reporting Form [WAC 415 -02 -110; DRS Email 13 -011; DRS Email 09 -0011
SECTION 1: INDIVIDUAL CONTRACTOR COMPLETES THIS SECTION AND SIGNS:
Did you retire from one of the State of Washington Retirement Systems? YES NO
Did you retire before age 65 using the 2008 early retirement factors (ERF) ? YES NO
Will you be receiving direct compensation for your services? YES NO
Will you be receiving indirect compensation for your services? YES NO
CONTRACTOR (Full, individual name of contractor):
Signature: Social Security No. :
SECTION 2: COUNTY COMPLETES THIS SECTION AND RETAINS FOR AUDIT PURPOSES:
Date:
Use Member Reporting Verification (MRV) to verify the past retirement membership]
1. Contractor has been a member of a Washington State Retirement System YES NO
If YES, what system and plan?
Teachers' Retirement System (TRS) Plant Plan 2 Plan 3
School Employees' Retirement System (SERS) Plan 2 Plan 3
Public Employees' Retirement System (PERS) Plan 1 Plan 2 Plan 3
Public Safety Employees' Retirement System (PSERS) Plan 2
Law Enforcement Officers' &
Fire Fighters' Retirement System (LEOFF) Plan 1 Plan 2
Washington State Patrol
Retirement System (WSPRS) Plan 1 Plan 2
Judicial Retirement System (JRS)
2. Is the contractor a retiree of a Washington State Retirement System? Yes No
3. Did the contractor retire before age 65 using the 2008 ERF? Yes No
I have verified the information above using MRV or by contacting DRS, and I have evaluated the individual
Contractor, Independent Contractor or Service Provider under WAC 415 -02 -110 and /or DRS Form -MS
344 (R 5/09), and the Internal Revenue Service rules governing independent contractor status.
COUNTY OFFICIAL/DEPARTMENT REPRESENTATIVE:
Signature: Date:
COUNTY HR DEPARTMENT RETAINS THIS FORM
ATTACHMENT C Page 4
Attachment E
Preventative Maintenance
Checklist
BODY SCANNER MAINTENANCE CHECKLIST / RADIATION LEAKAGE SURVEY REPORT
Customer:
ADANICONPASS
Unit
Manufacture date:
Item Description
Pass
X = Fail Comments
1 Inspect the power cord for any damage and repair /replace
Customer signature Date si
2 Measure and adjust the input /output VAC of power conditioner or check UPS battery
3 Inspect and clean area around the unit and clean exterior surfaces as necessary
4 Inspect monitor(s) and computer- clean and adjust as necessary
5 Clean /vacuum inside cabinet and cooling fans filters as necessary. Check internal
cables /wiring for damage
6 Measure electrical resistance of ground to case (less than 4 ohms)
7 Inspect the x -ray generator for oil leakage
8 Start the system and verify that cooling fans inside cabinet and PC are running & clean
9 Measure and adjust as necessary the DC voltage outputs of the power supplies
10 Check error log on unit and note the total number of scans completed (DID file). Verify time
and date. p of Scans: CONPASS software version:
11
Scanned image — verify correct functioning of zoom, image enhancement and other
features. Make sure that image is corresponding quality and check detector histogram as
12 Inspect drive mechanism /screw and platform rollers for excessive noise
13 Verify that required warning labels and lights are in place, legible, and operational. Replace
asneeded
14 Verify proper function of emergency stop switches /panel interlocks
15 Measure the dosage power at operator's workplace at height from floor
100 mm /12 in
900 mm /36 in
1500 mm /60 in
16 Inspect wire detection ability. Wire visible at least 75% its length , AWG
first view)
MODE 1
MODE 2
MODE 3
17 Inspect wire detection ability. Wire visible at least 75% its length, AWG
second view)"
MODE 1
18
Perform a radiation leakage survey to ensure compliance with the
requirements of HPS /ANSI 43.17 -2009. Put the maximum dosage power
measured 5 cm from surface accordingly to each surface shown on
reverse page. Leakage should be less than 1.0 uSv /hr.
Surface 1
Surface 2
Surface 3
Surface 4
Surface 5
Surface 6
Surface 7
Surface 8
Surface 9
Surface 10
Surface 11
Surface 12
Surface 13
Surface 14
Surface 15
Surface 16
Surface 17
Surface 18
Surface 19
Inspector name print) Inspector signature Inspection
Customer name print) Customer signature Date si
Attachment E
n a F }
J
COWLITZ COUNTY CORRECTIONS DEPARTMENT
RFP #02 -2017
Furnish, Deliver, Install, and Train for one (1) Full Body Security / Contraband
Detection Scanning System
March 28, 2017
11:00 AM
CONPASS DV(Dual -View) Full Body X -Ray Scanner
TECHNICAL, MANAGEMENT and PRICING PROPOSAL
Paul Rivello
Director, Business Development
661 - 297 -0280
prive Ilo @adan isystems.com
ADANI Systems, Inc.
13614 Poplar Circle, Unit 203
Conroe, TX 77304
PROPRIETARY and CONFIDENTAIL
Scott Ortolani
Chief Operating Officer
936 -588 -2064
sortolan i @adanisystems.com
THIS PAGE INTENTIONALLY LEFT BLANK
ADANI
from ideas to solutions
LETTER OF SUBMITTAL
March 28, 2017
Chris Moses, RFP Coordinator
Cowlitz County Corrections Department
1935 1't Avenue
Longview, WA 98632
P: (360) 557 -3094 x2212
E: Mosesc @co.cowlitz.wa.us
Subject: RFP #02 -2017
Dear Chris:
On behalf of ADANI Systems, Inc. and in response to the above referenced RFP #02 -2017 for
Cowlitz County Correction Department "Full Body Scanning System ", we are pleased to respond
with our offer. We are proposing the ADANI CONPASS DV (Dual -View) Security Scanning System
for your consideration. This system meets, and in most cases exceeds, the performance
specifications outlined in the Solicitation.
Our proposal response includes the required documents per the RFP and is fully compliant. The
CONPASS DV is an advanced, compact and powerful, DUAL -VIEW, Full Body X -ray security
screening system ideal for deployment at Cowlitz County.
We have supplied the following information per the instructions in your RFP:
Exhibit A —the Certifications and Assurances form is signed and dated.
This contract may be written to:
ADANI Systems, Inc.
13614 Poplar Circle, #203
Conroe, TX 77304
ATTN: Scott Ortolani
936) 588 -2064 (o), (786) 473 -0038 (m), (844) 989 -6789 (toll -free)
sortolani @adanisystems.com
ADANI Systems, Inc. Principal Officers:
Scott Ortolani Vladimir Klokov
Chief Operating Officer Vice President
13614 Poplar Circle, Unit 203 5731 NW 151't Street
Conroe, TX 77304 Miami Lakes, FL 33014
ADANI Systems, Inc. is a corporation registered in Virginia since 2006
PROPRIETARY and CONFIDENTAIL
ADANI
from ideas to solutions
Federal Tax ID Number: 20- 5504368
ADANI Systems will operate and manage this contract from our facility in Conroe, TX.
We are confident that our proposal will be favorably received by the Cowlitz County Board of
Supervisors, County Purchasing and by the Cowlitz County Sheriffs Office. Should you have any
questions or need further clarification during the evaluation process feel free to contact the
undersigned at (661) 297 -0280 (Office), (661) 333 -3150 (Mobile) or e-mail:
privello adanisystems.com. Thank you for the opportunity to respond to this request and for
your consideration of our offer.
Warm Regards,
Paul Rivello
Director, Business Development
ADANI Systems, Inc.
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADA N
Request for Proposal (RFP( #02 -2017 ,,a,.,,...e„
ADANI Systems Executive Summary
ADANI Systems, Inc. is the original developer
and patent holder of Transmission X -ray Full
Body Scanners. U.S. Patent # 7,016,473, BI
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual-View Full Body X -ray systems
Why should Cowlitz County selectADANISystems, Inc. and CONPASS DV (Dual
View) as the preferred solution for this RFP?
As detailed in this tender response ADANI is the original developer of this technology and has
been providing X -ray full body scanners longer and with more success than all other vendors in
the global market combined.
A major concern for both users and purchasers of technology such as this, is value protection. Will
my investment become obsolete? ADANI is the innovative engine behind the development and
continued evolution of this platform. ADANI continuously improves and advances the CONPASS
line. Evidence includes creation and deployment of CONPASS DV (Dual View) in 2013. The
development and deployment of DruGuardTM, a patented automatic detection software add -on
which greatly enhances the detection capability of CONPASS. Over 55 CONPASS software
updates to improve image quality, reliability, operator interface, and functionality.
Another major concern is reliability. Will the system turn on, when we need it to? ADANI
deployed the very 1st CONPASS to a diamond mine in Angola in 1999. That unit logged more
than 2 Million scans. This makes CONPASS the undisputed longest lasting body scanner on the
market.
Perhaps the most important question our customers ask is; Will CONPASS perform and will it
accomplish our goals? There is nothing on the market that offers more precision, more capability,
and easier to interpret images, than CONPASS DV with DruGuard. In a correctional setting, the
abdomen/torso represents the biggest challenge in terms of conducting a search. By providing
operators the ability to look at this region of the body from two different angles (different in both
horizontal and vertical approach) the detection probability increases exponentially! Combine this
with DruGuard, the only automated detection software available, the operator is well armed to
make informed decisions.
Company's often offer to partner with clients. To work together to solve problems in the market.
To create new solutions through feedback and innovative design. There is no company more
capable or better suited to truly partner with, than ADANI Systems, Inc. We stand by our clients.
We stand by our solutions. We value and earn every bit of our growth. We look forward to adding
Cowlitz County as our partner as we progress full body scanning technology.
Executive Summary for #02 -2017 Submitted by ADANI Systems, Inc.
March 28, 2017
PROPRIETARY and CONFIDENTAIL
THIS PAGE INTENTIONALLY LEFT BLANK
PROPRIETARY and CONFIDENTAIL
1.2.2. ADANI Systems Mandatory
Requirements of the Request for Proposal
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems, and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual -View Full Body X -ray systems
Mandatory Requirements to be Included in Proposal Response
1) ADANI Systems, Inc. is the global leader in the design, deployment, training and service
support for Full Body Security Screening Systems. We apply specific knowledge obtained
on past installations and apply best practices to all future jobs.
2) We have been in business over 25 -years and we have over 700 Full Body Scanners
deployed. In the United States alone ADANI Systems has installed one hundred twenty
120) body scanners and seventy (70) X -ray baggage scanners in the last two quarters. The
same resources that performed the above referenced work will be the resources assigned to
Cowlitz County. They conduct themselves in a professional manner in the areas of
punctuality, tool inventory, and personal conduct. They possess the requisite technical
acuity to ensure your installation is carried out in accordance with manufacturer
recommendations and guidelines.
3) Dan McCloskey — Field Service Manager, Installation and Training Manager; After
serving eight years in the United States Marine Corps in various roles including Ejection
Seat Technician Dan spent 12 seasons on the "ice" as an aircraft mechanic in Antarctica.
His work as an aviation mechanic also had him stationed in Qatar for more than a year. He
has also worked for the US Department of Veteran Affairs in Golden, Colorado before
joining ADANI Systems. We feel fortunate to have Dan serve in the functional areas
mentioned above. In his short time at ADANI he most recently lead the deployment of 170
X -ray systems in five months at 35 different locations.
Mark Ricards — Field Service Technician: Mark servied the United States for four years
in the United States Army. Among other roles Mark specialized as a Diesel Generator
Mechanic. After being honorably discharged he worked for Union Pacific Railroad as a
Signalman. Mark was a small business owner in the Denver, metropolitan for more than a
decade before joining Adani Systems, Inc. in his present role of Field Service technician.
Christopher Burgan — Field Service Technician; Chris had a 12 -year career in the United
States Air Force as an Aircraft Specialist and Maintenance Instructor. He also spent 4 -years
in the USAF Reserves. He holds a technical degree from the Air University and he
possesses Airframe and Power Plant licenses. Chris has managed filed service departments
with over 20 technicians reporting in to him.
PROPRIETARY and CONFIDENTAIL
Paul Rivello — Director, Business Development; Will have overall project responsibility
from RFP response through contract close -out. Paul will serve as the Project Manager for
the Cowlitz County Jail Dual -View Full Body Scanning project. Over a 20+ year carreer
in the X -ray security industry he has led several high profile governmental security projects
for US Customs and Border Protection Container Security Initiative, Secure Freight
Initiative and the National Targeting Center. Most recently he was the PM involved in the
deployment of 103 body scanners and 68 baggage scanners at 35 facilities on the West
Coast of the United States.
4) ADANI Systems, Inc. is proposing the CONPASS DV. All system specific information
can be found in the Technical Proposal section of our response
5) Our detailed pricing information can be found in the section tabbed "pricing ". It includes
the required (locked -in) annual pricing for maintenance. This is inclusive of all labor, parts,
equipment, supplies, and freight /delivery, installation, training, and travel expenses.
6) Our implementation timeline can be found in our Technical Proposal.
7) ADANI Systems, Inc. is not involved in any legal disputes, mediations, arbitrations, and /or
lawsuits.
8) Our references can be found in our Management Proposal.
PROPRIETARY and CONFIDENTAIL
THIS PAGE INTENTIONALLY LEFT BLANK
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP) #02-2017 AL u.,... m,.,
3.2 ADANI Systems Technical Proposal —
Project Approach/ Methodology
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems, and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual-View Full Body X -ray systems
ADANI is the global leader in the deployment of transmission based X -ray full body scanners
having supplied over 700 systems to 65 countries. ADANI Systems, Inc. utilizes cross - functional
teams, each with its own management lead, to support government and commercial programs. A
lead person from a functional group is assigned to the project team, and is responsible for ensuring
that project specific tasks required of their group are accomplished in accordance with contract
requirements and timelines. All functional group leads report to the Project Manager. This is
ADANI Systems standard operating practice and we have successfully performed on numerous
contracts using this approach.
The ADANI Systems, Inc. Project Manager, Paul Rivello, will be responsible for overall contract
compliance and management, deliverables management, contract closeout and overall customer
satisfaction. Our team members and their roles are:
Dan McCloskey— Installation and Training Manager. Dan will lead the installation and training
efforts. Post installation and training he will support the project in the capacity of Service and
Technical Support Manager.
Mark Ricards — Field Service Technician. Senior installation and field service technician. Install
team member.
Christopher Burgan — Field Service Technician. Senior installation and field service technician.
Install team member.
Michelle Ortolani — Executive Assistant/Office Manager. Michelle will serve as the secondary
P.O.C. for this project.
Technical Proposal for #02 -2017 Submitted by ADANI Systems, Inc.
March 28, 2017
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADAN
Request for Proposal (RFP) 802 -2017 a...,. ,...m.... -
3.2 ADANI Systems Technical Proposal —
Work Plan
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems, and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual-View Full Body X -ray systems
Work Plan — Our work plan for a one -off, single unit project involves the same functional
departments as a large -scale program and include:
Sales — responsible for identifying and winning the opportunity.
Engineering — works with sales for any unique performance requirements or design
features identified.
Procurement — ensures raw stock and inventory levels are adequate to meet project
deadlines.
Production — the production department has the capacity to support the required system
build based on information received the Sales and Engineering internal ordering system.
Logistics — the team ensures the secure and timely delivery of the goods from our factory
to our customer's facility.
Installation, Training and Service — the installation, training, and ongoing field service
support functions are carried out by our Field Service Department. All FSE's are factory
trained and can perform in all three functional areas including Install, Training and Service.
ADANI Project Manager and Cowlitz County liaison — the ADANI PM coordinates the inside
delivery details with the County appointed liaison. If it is deemed necessary to conduct a site
survey the ADANI PM or his designated resource will facilitate this.
Our Installation team for Cowlitz County would include two (2) resources — the "Install Lead" and
the Field Service Technician Engineer. The FST reports to the Install Lead, the Install Lead to the
Project Manager (remote). FSE will be Mark Ricards or Chris Burgan, Install Lead would be Dan
McCloskey and Project Manager would be Paul Rivello.
ADANI Systems would allocate three days for this project:
Day 1— Installation, Calibration and Radiation Survey
Day 2 — Complete outstanding tasks from Day 1, if applicable. Conduct Operator Training.
This is both classroom as well as hands -on. This is also User Level and Administrator
Manager) level training.
Day 3 — Insurance day, if required.
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP( #02 -2017 - I.,n.....
3.2 ADANI Systems Technical Proposal —
Project Schedule
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems, and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual-View Full Body X -ray systems
Project Schedule —Once a contract is received by ADANI Systems, Inc. we will perform per the
schedule in the RFP. This includes delivery, installation and operator training and certification.
Negotiate Contract May 30, 2017
Begin Contract Work June 2017
Delivery of Equipment Date of Contract + 45 days
Installation Day 1 —approx. July 19
Calibration Day 1
Radiation Survey Day 1
Classroom Training - Operators Day 2 — approx. July 20
Classroom Training - Administrators Day 2
Exam — 80% grade to pass Day 2
Hands -On Training Day 2
Install & Training Close -out Day 3 — as necessary — approx. July 21
Technical Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADA N
Request for Proposal lRFPI #02 -2017 ,,,e.,,.,m,,m,„
3.2 ADANI Systems Technical Proposal —
Deliverables
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems, and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual -View Full Body X -ray systems
ADANI Systems, Inc. offers the following response to deliverables compliance with requirements
as outlined in Section 1.2, Objectives and Scope of Work:
1. INTRODUCTION
I.I. PURPOSE AND BACKGROUND
The Cowltiz County Corrections Department,
hereafter called "County," is initiating this Request
for Proposals (RFP) to solicit proposals from
responsible and qualified firms interested in
participating on a project to furnish, deliver, and
install one (1) new full body security /contraband
detection scanning system. The system will be
delivered, installed and calibrated by the
respondent at the Cowlitz County Jail, 1935 1 st
Ave, Longview, Washington 98632. All training will
also take place at the above - mentioned location.
The Cowlitz County Jail was built in 2006. The
Jail has eight (8) main housing areas with a bed
capacity of 356. Pre -trial inmates with charges
ranging from misdemeanors to class A felonies are
housed as well as sentenced inmates
1.2. OBJECTIVES AND SCOPE OF WORK
Contractor shall provide and deliver state of the art COMPLY — CONPASS DV
technology and performance comparable to the meets and exceeds all
requested specifications as stated below. The requirements in the SOW.
following are some of the features /specifications
requested for the proposed unit, but are not all
inclusive
Identifies both organic and inorganic items COMPLY — CONPASS will
image materials of any
composition on or in the
human body.
Low does X -ray scanning COMPLY — CONPASS scan
at low doses with 6 modes
Technical Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
R ri i Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System
Request for Proposal lRFPI #02 -2017
LADANI
o.,... m.- .,.
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
fully configurable to range
from 0.25uSv- 4.5uSv
Shall reveal contraband concealed externally COMPLY- CONPASS uses
and internally X -ray technology which
consistently images foreign
objects on or in the human
body
Unit shall have an operator's desk included COMPLY — CONPASS will
ship with a purpose -built
o erator desk.
Unit shall have a mobile lead shield to COMPLY — CONPASS will
provide operator protection and a wide field ship with a mobile lead shield
of vision for observation 36 "W x 72 "H) complete
with a lead glass window to
maintain field of vision.
A mechanism for preventing radiation COMPLY — CONPASS
exposure when system is not performing the features a built -in safety
scanning process shutter to prevent undesired
radiation exposure.
Unit shall be equipped with an emergency COMPLY — CONPASS
stop button features two (2) emergency
stop buttons.
Database /Software of previously acquired COMPLY — CONPASS
images, containing the ID of the person being features EasyDataTm, a
inspected, ID of the operator, date and time, software platform built to
and received radiation dose. Corrections staff track operator, ID# and name
must be able to extract and download data for of person being inspected,
reportable incidents date /time, dose, location.
Data is easily exported via
CD/DVD, USB, or network.
The security body scanning system MUST COMPLY - The ADANI
be a dual view scanner CONPASS DV is the only
DUAL VIEW scanner in
the USA that has three
domestic references.
Service Technician must respond, on -site, COMPLY — ADANI Systems
within twenty -four (24) hours 24/7 has a network of service and
weekends and holidays included) support to insure fast and
reliable response times of less
than 24 hours.
Access to a 24/7 toll free support line and COMPLY — ADANI Support
24/7 on -line help desk via phone and email 24/7.
844 - 989 -6789 or
service adanis stems.com
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Requestfor Proposal (RFP) #02 -2017 A mom...
Technical Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Full five (5) year warranty on all parts, labor, COMPLY — ADANI will
licenses, hardware and software upgrades to include full 60 -month
be included in the total cost warranty on all parts, labor,
licenses, hardware &
software upgrades.
Quarterly preventive maintenance for (5) COMPLY — ADANI will
years to be included in the total cost include quarterly preventative
maintenance for 60 months.
Service warranty must be backed (in writing) COMPLY — ADANI is the
by the manufacturer manufacturer and will specify
in writing (on cost proposal)
our commitment to warranty
terms.
Service warranty must be assumed by the COMPLY — ADANI is the
manufacturer (confirmed in writing) in the manufacturer and offers
event of default by the distributor direct without use of
distributor to honor the
service warrant .
Operator Training and Certification, as COMPLY — ADANI will
applicable provide operator training and
certification to each attendee
of the training course.
Train the trainer included for up to twenty COMPLY — ADANI will
20) people provide train the trainer
instruction to include all
course materials for future
classes.
The Contractor shall submit a training COMPLY — ADANI includes
schedule that must include training staff on in this proposal a training
site upon completion and implementation of schedule consistent with the
contractor's equipment. All training will be expectations of staff.
the sole responsibility of the contractor
Scanned images shall not reveal fine COMPLY — CONPASS uses
anatomical detail X -ray technology which
reveals contraband while not
imaging details of soft tissue.
The Cowlitz County Jail operates 24 hours a day COMPLY — ADANI is the
365 days a year. All work at the facility must be most experienced provider of
accomplished on days and at times least disruptive to full body X -ray machines and
the Jail security and operation fully understands our offering
must account for minimal
disru tion to jail operations.
We will be placing the full -body scanner in our COMPLY — CONPASS
Jail Booking area; therefore, to avoid the need for features the smallest footprint
extensive remodeling, the overall scanner size must in the industry and fully
readily fit into an existing space. Physical unit
Technical Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Requestfor Proposal (RFP) #02-2017 A m,.,, id-, 1..1.10"„
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
requirements are: floor length not longer than ten feet adheres to the size restrictions
and overall width of no wider than seven feet six outlined in this RFP.
inches. Overall height should not be an issue
In addition to the physical scanner unit, we will COMPLY — ADANI will
require any and all hardware and software necessary furnish one (1) new
to maintain /operate the scanner, local storage of at CONPASS DV (dual view)
least 940,000 images, IT Hard Drive and IT full body scanner complete
Backup drive will all necessary
hardware /software.
CONPASS includes two (2)
1TB hard drives with image
storage for a minimum of
950,000 scans. 1 HDD is
configured a backup drive.
Accurate data recording needs to be an essential COMPLY — CONPASS
function of the scanning unit. The system must have features and audit reporting
the ability to record the total number of scans function which easily allows
generated and for supervisors to be able to abstract supervisors to abstract total #
from this data the total number of scans for any of scans for any daily,
daily, weekly or monthly period. This unit must also weekly, or monthly period.
allow an operator to save images that are deemed Operators can save images to
positive for contraband separately from the total a separate folder called
images folder. From this action, supervisors can positives. These are kept
review total number of scans for any one period of separate from all other scans
time and thus calculate total number of positives for and allow supervisor staff to
that same time period. Based on data showing the determine % of scans which
units' contraband detection rate, supervisors must are positive as compared to
be able to review individual operator performance total #. Supervisors can also
and compare the total number of scans to the total compare this data on an
number of positive I.D.'s for any one operator individual operator
performance level.
The contractor shall provide all installation labor COMPLY —ADANI will
and parts directly associated with the installation provide all installation labor
tasks. The contractor shall provide any necessary and needed equipment.
protective coverings needed to protect existing ADANI will insure all
adjacent finishes. Should damages occur the protective measures are taken
contractor shall restore all existing adjacent finishes and hereby agree to correct
to their original pre- existing condition any damages that may occur
as outlined in this RFP.
Obtain any and all permits and/or certifications COMPLY — ADANI will
required by all appropriate regulatory agencies for obtain any and all
the work performed and for any equipment permits /certifications required
installed. It is the contractor's responsibility to for the work performed.
research permitting requirements and obtain any
and all permits, certifications or other regulatory
approvals /requirements prior to installation of
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System
Request for Proposal (RFP) #02 -2017
ADANI
Irurrr iJe.ir ru rnlutlir r
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
equipment. This may include, but is not limited to,
any engineered systems, building codes, construction
permits and product warranties or certifications
Electrical power available for install is: 110V ACCEPTED — CONPAS DV
requires a dedicated power
source of I IOVAC @ 20A.
1.2.1 Security Requirements
This project requires access to multiple areas within COMPLY — ADANI
the Cowlitz County Jail and access to confidential personnel are accustomed to
County information. As such, the successful required background checks
respondent and associated personnel must pass a prior to entering correctional
Background check prior to the start of work and facilities.
access to the facility. The background checks will be
completed by Cowlitz County
Cowlitz County reserves the right to deny access ACCEPTED — ADANI will
to any employee on County property, who is provide personnel as needed
identified as a potential threat to the health, safety, which meet the requirements
security, general well- being, or operational mission of the County.
of the County and /or its population. Should access be
denied, the successful respondent shall remove the
employee immediately and replace the employee
with a suitable substitute, as approved by the
County, at no additional cost
1.2.2 Mandatory Requirements to be Included in
Proposal Response
All proposal responses must address each of the
following and be submitted with the ability to
complete the work as described. Do not exclude
any major or minor items of information not
specifically mentioned, but which would normally
and reasonably be provided. Please be advised that
the greater the degree of specificity, the more likely
it will be for the County to review your response
favorably. Proposal responses must include, but are
not limited to, the following information
1) Consultant shall Include a statement related to ADANI Systems, Inc. and
understanding and compliance with all of the CONPASS / CONPASS DV
general, mandatory, and security requirements. lead the global and US
Provide a detailed narrative of how the proposal markets with deployments of
intends to meet the objectives of the County, as full body X -ray scanning
outlined technology. There are over
750 units around the world
and more than 400 in the
United States which use
ADANI's patented
technology for full body
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP) #02 -2017 nom,,, ;e-....oweo,.
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
scanning. All locations in the
U.S. are correctional prisons
or jails and as such ADANI
fully understands the
expectations to furnish a state
of the art, highly capable and
highly reliable contraband
interdiction solution.
CONPASS DV is the most
advanced and most successful
tool available to correctional
institutions in the fight
a ainst contraband.
2) Consultant shall provide a complete description to ADANI Systems Inc. was
include the number of years you have been doing incorporated in the state of
business in the State of Washington and the prior Virginia in 2006. While we
experience you have had with similar have not yet had the privilege
contracts /agreements of deploying our security
solutions in the state of
Washington, ADANI has
deployed over 200 systems in
the United States in just the
last 12 months. Our
references speak volumes
about our technology and our
company.
3) Identify the key individuals that will be assigned to See attached biographical
Cowlitz County. List, for each individual, all information for our team
relevant experience members.
4) Provide details on the system that is being See data following this table.
submitted for consideration; include make /model,
features, dimensions, power requirements, options,
upgrades, etc. Include information on the systems
image storage capabilities along with expandable
storage options. Submit a system brochure and
specification sheets with your proposal response
5) All proposal responses should include detailed See attached pricing proposal.
pricing information. Provide (locked -in) annual
pricing for maintenance (preventative, parts, and
labor) upon the expiration of the two (2) year
warranty period. Pricing shall include all labor,
parts, equipment, supplies, and freight/delivery,
installation, training and travel expenses. Proposal
responses should include detailed pricing
information. Provide (locked -in) annual pricing for
maintenance (preventative, parts, and labor) upon
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADAM
Request for Proposa I (RFP)#02-2017 AL Puv... ,,, 1. -1 —,
Technical Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADAM Systems, Inc.
March 28, 2017
the expiration of the two (2) year warranty period.
Pricing shall include all labor, parts, equipment,
supplies, and freight/delivery, installation, training
and travel expenses
6) All proposal responses should include a detailed See attached timeline
implementation timeline with an estimated time proposal.
commitment by the Count
7) The Consultant shall list any and all legal disputes, None.
mediations, arbitrations, and /or lawsuits in which
you or your firm has been involved in the last five
5) years, include details related to the current
status and /or outcome. This information should be
provided in a separate sealed envelope titled "Legal
Dispute Information" and submitted with your
proposal response
8) All responses shall include a minimum of three (3) COMPLY.
references that are currently using the system
proposed. All references shall include name, title,
address, telephone number, and e-mail address. The
failure to include references and/or the inability to
contact the references shall be ample cause for
rejection of your proposal response
1.3 MINIMUM QUALIFICATIONS
Minimum qualifications include:
Licensed to do business in the State of
Washington or provide a commitment that it
COMPLY — ADANI commits
to become licenses within
will become licensed in Washington within thirty (30) days of being
thirty (30) calendar days of being selected as selected as vendor of choice.
the Apparently Successful Contractor
1.4 CONTRACTING WITH FORMER
WASHINGTON PUBLIC EMPLOYEES
Washington State Department of Retirement ACCEPTED
System reporting requirements apply to public
entities contracting with former Washington
public employees pursuant to WAC 415 -02 -110,
DRS Email 13 -011 and DRS Email 09 -001.
Proposers should familiarize themselves
with these reporting requirements to the County
before submitting a proposal that includes former
public employees. Information regarding these
requirements can be found on the WA
Department of Retirement System's Independent
Contractor Verification and State Retirement Status
Reporting Form located on the last page of this
Department of Retirement System reporting
Technical Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADAM Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security system A DAN
Request for Proposal (RFP) #02-2017 AL
requirements apply to public entities contracting
with former Washington public employees
pursuant to WAC 415 -02 -110, DRS Email 13 -011
and DRS Email 09 -001. Proposers should
familiarize themselves with these reporting
requirements to the County before submitting a
proposal that includes former public employees.
Information regarding these requirements can
be found on the WA Department of
Retirement System's Independent Contractor
Verification and State Retirement Status Reporting
Form located on the last page of this document.
In addition to the requirements above we offer the following as a list of products and services that
complete our deliverables for a single -unit requirement:
Site Survey
Installation of CONPASS DV (Dual -View) Full Body Scanning System
Moveable Lead shield with window
Operators Workstation with two (2) monitors
Operator Training (Classroom / Hands -On)
Operators Manual
Operations Manual
Training Manuals
Job Aids
Technical Proposal for #02-2017
PROPRIETARY and CONFIDENTAIL
Submitted byADANI Systems, Inc.
March 28, 2017
ADVANCED SECURITY SOLUTION
WITH ENHANCED DETECTION CAPABILITIES
FOR FAST, SAFE AND PRECISE SCREENING
lip OWN
1=
FAST
7 second scan
Meets ANSI 43.17.2009 standard
FLEXIBLE_
3 different Scan Settings for Single and Dual View modes
Software fully compatible with most access control systems
Built in privacy software
Muni -screen and remote viewing Compatible
I iIIr
CON PASS DV
DUAL VIEW
QNARCOTICS IN BODY CAVITIES
PRECIOUS STONES AND RARE METALS
OELECTRONICS AND DETONATORS
OEXPLOSIVES AND LIQUIDS
0 CERAMIC AND PLASTIC BLADES
QWEAPONS
PROVIDES TWO INDEPENDENT VIEWS IMPROVING OPERATOR'S DETECTION CAPABILITY
ADANI
www. a d a n i s y s to nu .con t
info a clanlsystems.com
Product comply with applicable international health and safety regulations
including USA FDA X -ray systems (F@WRIFUETiARY atxt€QWj0j4NTAIL
ADANI
from ideas to solutions
FULL BODY SECURITY SCREENING SYSTEM
Dimensions, LxWxH
2260 mm x 2000 mm x 2500 mm
Network
188.97" x 78.74" x 98,42 "1. --....---- -. -...
Weight 1050 [2314lbs]
Scanning speed Fully adjustable7 -14seconds______ ________ t1
Platform capacity 300kg [660165]
Preset scanning modes
Duty cycle 100% -24hrs continuous operation
on /off toggle of dual view [6 total]
Operetingtempereture 0-- 45- C[32'- 113 °F]
Humidity 10% -90 %[non condensing]
110 -230 VAC +10 % -15 %, 50/60 Hz,
Power supply
20 Amp dedicated circuit [3.1 kVA]
CONPASS DV
Fully adjustable 0.10 µ5v -4.5 pSv
Network
0.25 µ5v typical for single view,
X -ray dose
2.0 p5v typical for dual view
per inspection
EXTRA low dose dual view setting of
0.50 µ5v [on request]
1_1
Digital X -ray detector 832 pixel L- shaped array [Full Body], 384 pixel linear array [Torso] [1,216 total]
Preset scanning modes 3 independently configurable modes pluson /off toggle of dual view [6 total]
32 AWG typical [Full Body View],
Wire detectability 38 AWG typical [Torso View]
0,01mm / 0.004 "]
Image manipulation Zoom, b/w reverse, edge enhance, color
features overlay, auto filters, brightness /contrast
24" 1080P LED [Full Body],
Monitor 19" 1080P LCD [Torso]
27" LED 1080P touch screen optional*
CONPASS DV
LADANI
and CONFIDENTAIL . from ideas to solutions
Integration with Data Management System
Network
Server for additional data storage
Data input Barcode, RFID, passport reader, other
Camera .CCTV USBor IPcamera— datastored.. Ea........
Lead shield with window [36 "w x 72 "H]
Radiation protection and /or shielded cabin
LADANI
and CONFIDENTAIL . from ideas to solutions
TECHNICAL PROPOSAL
CONPASS DV
Full body scanner
AADAM
from ideas to solutions
February 06, 2017
This image may differ from your individual device configuration and is therefore non - committal.
Subject to alteration.
PROPRIETARY and CONFIDENTAIL
I
Technical Proposal
Template PI -1 «Body Security Screening System»
Template
2 Technical Proposal No. PI -1/1
3 Revision date 06.02.2017
4 Item CON PASS (CON PASS DV)
Full -Body Security Screening System based on patented
technology.
5 Manufacturer ADANI
6 Intended use CONPASS allows the operator to obtain a projection X-
ray image of the abdominal cavity and the person under
inspection to reveal what's hidden under the clothes,
look inside" the abdominal cavity. CONPASS DV
effectively detects the following items:
Swallowed capsules, pillows, containers with
narcotics;
Small metallic objects (razors) in cavities;
Precious stones and metals
Firearms and edged weapons
Unconventional weapons of nontypical materials,
such as plastics, wood, ceramics etc.
Explosives, detonators, wires etc.
Narcotics
Containers with biological or chemical materials
Electronic devices
Food
Other objects prohibited for transportation
7 Advantages An innovative X -ray inspection method of body
screening based on registration of the low dose X-
ray electrical signals passing through the object
High medical quality of images of abdominal part of
the body using low dose radiation;
Detection of the prohibited objects under the
clothes or inside the body of the person being
inspected in 7 seconds
Highly increased screening efficiency as compared
to metal detectors
Free from privacy violation issue typical of the
scattered radiation X -ray inspection systems, which
strip' the person being inspected. No need for
multiple scans to obtain front, back or lateral
projections.
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
8 Theory of operation Unique technology embedded in CONPASS DV
comprises capturing digital full -body projection X -ray
images as well as separate image of abdominal part of
the body using slot -scan technology.
The technology comprises:
Formation of extremely narrow (1 mm)
monochromatic X -ray beam via collimation and
filtration system which allows for the lowest
effective dose to be administered to the person
being inspected;
The person under inspection standing on a specially
designed movement platform or conveyer, located
between the collimators and the X -ray detectors,
and being carried through the X -ray beams for
security inspection purposes;
A highly sensitive linear array of vertical
semiconductor scintillating detectors being used as
an X -ray detectors;
The X -ray beam which passed through the body
being detected via the X -ray detectors and forming
a two - dimensional array digital images (separately
full -body image and image of abdominal cavity) on
the operator's monitors;
Radiation dose and system resolution ratio
optimization depending on the nature of the
system intended use;
9 Customer prospect ADANI patented technology based Full -Body Security
Screening System CONPASS DV is specially designed for
use in airports, prisons, border terminals, government
buildings, as well as in all other locations which require
a detailed examination of the abdominal cavity and
natural cavities of the human body without employing
specialized medical equipment
10 Intended use by the Swallowed capsules, pillows, containers with
customer narcotics;
Small metallic objects (razors) in cavities;
Precious stones and metals;
Firearms and edged weapons;
Unconventional weapons of nontypical materials,
such as plastics, wood, ceramics etc.
Explosives, detonators, wires etc.
Narcotics;
Containers with biological or chemical materials;
Electronic devices;
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
Food;
Other objects prohibited for transportation
11 COMPONENETS
f-
as
1 2 3 4
1.Scanner:
1— Generator cabinet;
2 — Enclosure;
3 — Moveable platform (conveyer);
4 — Gantry.
2. Operator's computer
12 OPTIONS 1.Software for automatic narcotics detection "DruGuard "®
2.X -ray protective booth
3.Fingerprintscanner
4.CCTV
5.13arcode reader
6.Passportreader
7.Face camera
8.Intercom system
9.Bulletproof cabin
10.Multi- operator function (two additional workstations)
11.Touchscreen panels instead of standard monitors
I2 I ser printer
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
13 Image sample 1 Simple man (full body view)
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
14 Image sample 2 Simple man (abdominal cavity view)
I
n
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
15 Image sample 3 Man with weapon
t
i
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
16 Image sample 4 Man with capsules of drugs in stomach (full body view)
t.
I
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
TECHNICAL SPECIFICATIONS
1
General operation
Description
features
1.1 Inspection method Penetrating X- radiation
Full -body inspection as well as separate inspection of
1.2 Inspection object
abdominal part of the body
Prohibited objects of any material, hidden inside any part of
1.3 Detection objects
the human body
Human body Moveable platform /conveyor (platform move — not less
1.4
movement method than 800mm)
1.5 Inspection chamber Open portal
The human body is being moved through the fixed X -ray
1.5 Scanning technique beam
1.7 Min time of movement 7 seconds (7 -15 seconds fully adjustable) through the X -ray beam
18
Movement direction
All directions
through the X -ray beam
1.9 1 Operating mode 1 24/7
1.10 Throughout capacity Up to 240 people per hour
1.11 Setup mode Auto
1.12 Setup time after off Depends on the downtime
mode
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
1.13 12 hours -2 days 2 minutes
1.14 2 days — 30 days 5 -6 minutes
1.15 1 month -3 months 10 -12 minutes
1.16 3 months and more 50 -60 minutes
1.17 Image visualization Real -time
during the scan
1.18 Operation From 0 to +45 0C
temperatures
1.19 Humidity not more than 90%
1.20 General dimensions not more than 2260x2000x2500 mm
1.21 Weight not more than 860 kg
2 Radiation safety
Full -Body Scanner (Class A, as in ANSI /HPS
2.1 ANSI classification
N47.17- 2009), Limited use (for doses 0.25 µSv and more)
Dose for the scanned
2.2 individual /objects /appli
cability:
Min dose (2500 scans 0,1 µSv / high dense objects / no limits for quantity of scans
2.2.1 per year) per year
Low dose (1000 scans 0,25 µSv / small high dense objects / big low dense objects /
2.2.2 per year) weapons, explosives etc.
z.z.3 Standard quality (250 1 µSv /small dense objects /small nondense objects
scans per year)
High quality (125 scans 2 µ5v /small dense objects and small nondense objects in
2.2.4 per year) obstruction environment (abdominal cavity)
4 µSv /extra small (0.15 mm) dense objects and small
2.2.5 Max dose (62 scans per nondense objects in obstruction environment (abdominal
year)
cavity)
2.3 Delivered dose control Embedded dosimeters (calibrated during the installation)
3 Power features:
3.1 Consumption Max 1.5 kVA
3.2 Voltage 230V ± 10 %, single phase
Possibility to install a
boost transformer in
3.3 countries with the Can be installed either inside or outside the system
lower line voltage (on
customer demand)
4 Detectability:
4.1 Scanning field 2080 mm x 800 mm
32 AWG (38 AWG optionally) for full -body image and 38
a.z Min seen wire
AWG (40 AWG optionally) for abdominal cavity image
4.3 Penetration Min 34 -38 (depending on scanning mode) mm steel
5 X -ray detector features:
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
Linear array, 2.5 or 1.6 mm pixels (optionally) detector
6.1 Detector type
plates for full -body and abdominal images.
5.2 Bit count 16 bit
X -ray tube module6
features
6.1 Generators type Monoblock
6.2 Generators parameters:
6.2.1 Anode voltage 160 kV
0.1 -1.25 mA for the 1st generator (full -body image)
6.2.2 Anode current
1.2 mA for the 2nd generator (abdominal part image)
7 Software features
X -ray generators
Full control of the X -ray detectors
7.1 CONPASS hardware Control electronics
system Dosimeter
Periphery
Automatic real -time Operator must only initiate a scan —the software manages
7.2
imaging the rest.
Automatic narcotics Unique feature for helping the operator to detect narcotics
7.3 detection in the in the abdominal cavity, and controls the operator's work.
abdominal cavity DruGuard "® software.
After the inspection is completed each X -ray image is
7.4 Automatic images automatically transferred to the images database for
storage control
storage and further reviewing.
Archives image search Each image in an archive can be found by the inspected
7s option person ID or name.
The viewing parameters optimization filter is being
7.6 Automatic parameters launched automatically when the image is being opened for
setup for image viewing viewing, thus reducing the image processing time.
Automatic location and The software automatically locates and hides the genital
7.7 hiding of the genital areas on the image if required. To deactivate this function
area on the image enter the admin password.
scale
auto scale
positioning
brightness
Manual parameters contrast
7s
setup for image viewing edge enhancement
pseudocolors
contrast adjustment
Export into DICOM, BMP and JPG formats
Black /White Inversion
Color and brightness Operator can chose and save the color and brightness
7.9
preset presets and apply them during the image processing.
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
7.10 X -ray images Viewing two images simultaneously for visual comparison
comparison
Printing out the current image or its fragment, also possible
7.11 Printing X -ray images with typed notes.
Ability to save the X -ray images in a format (DICOM, BMP
7.12 Export X -ray images and JPG) viewable on any PC without the need for
specialized software
Ability to save the X -ray images in a format supported by
7.13 Medical advisement medical diagnostic equipment for further medical
possibility advisement
Prohibited objects If prohibited objects are seen on the image, the operator
7.14 images database can copy this image to the database and arrange for its
maintenance simplified access for further comparison.
Operator can place marks on the suspicious image areas
7.15 Images marking and save them.
Scanned individuals' The function can be enabled that allows scanning only after
info registration and ID info of the person to be inspected has been specified. In
715
saving into the case that person has already underwent inspection via
database. scanning - his info can be searched in a database.
Dose received by an individual during a scan is registered in
7.17 Automatic dose count the database thus ensuring that the person wont be
received during a scan overexposed in the course of the succeeding multiple scans.
Software settings allow distribution of inspection functions
Differentiated
among several operators, i.e. one operator manages the
7.18 inspection process
scanner and the individuals being inspected, and the other
control system
two manage the X -ray images.
The scanner database contains information on scanned
individuals, doses and operators. Customer can print
7.19 Reporting reports with information about scanned person and
accumulated dose in anytime period
Block software Allows integration into various security systems at
7.20 architecture minimum expense
7.21 Operating System Microsoft Windows 7, 8 Embedded x64, Win10 Pro
7.22 Unauthorized access System can be used only after authorization
protection
8 Conformity Certificates
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
RCXNgX1NNUSpNNYti6iNV xE6f1NYJ.p.
TSU CertlNaWIpVMUm,WlutlmdM r um
CEPTNmNKAT COOTBETCTBIIA
Xn1mNU+Y H3NE hrrr rVa <N
9}I %plMfany. &ewmelrtrytlW
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
CEPTNmNKAT COOTBETCTBIIA
CONFORMITY CERTIFICATE
Ng./N.. 161299084
nppownxtlm umdx.rp
I
XayurunmNeognuwxw rmwnlxnnmw NJW/mYMee.MAHI'
pNnnxm. rANNxx. 1 mlwM .
yn.GnNrwp l,n Nxm[. iU." 31WIRMI UII
pwrr(Jnm EwpYa Mpl6liod blm
n yrPolnrtrlorp fnw[uAVlr%WUAM
W,
WH8[
SW,
CremMY6y.
LLm,
nry[uenA=W.
Kwm,
rypp: NXPABJ M.CQYpA88
mn: XONMCC W. XOXMW
wpopwiwpmmxmrpur . wmw . mpmnwryn. mNw mm:rywmwm w,IrrN.lm wnwmrd
ongyq <
xwamrngeropmxurpYaeenwr
ImpiMNMPerunAelumyrwLLemenX r/Ib Iwrvgnrwpy.pxe[uuwepo INmmryareuxrr.yprx . d oYnairw.r
nuym: nmma».
8.1 CE 3oawuc npnrMm....Nx.pmpwm. oexvec Nrmwry omnY.
I N1YlbEU NNm.olaniu [bop3PoUU NIVl4EV bx Vallsgo dreNw
NINpEU Jnupouenlwxu eo.uemw[n N11012U XeoOmmNUtl[wmrytlEEXy
mllaMPaxe ryaNxNxp'laxxw naxrypn Fu[gean nalmwhNalaIWNSUUNMwMmmly
o-wm.xx ..YNeo-llmrwYmeu . dm
dwnamwo-,: mmnm+p rr
tiwMxl
c. prim .wrpaee.w,lao[.o.p.Yxwl.n +nB 1mw cmonssua,I.wpeonwmoduN
ofpwprpappra IuxellMpeJW tlp urlb.
Porynmm pwepnpeBwm MdMxb 1Mwwie n'onmpfl in Bq Gnbm!y
monamuwblB]SLftOSm lgerel01B5]BIB eewarmeMmpvlMlBlwLO]SG4tl 01.mA1B
1 ff f fr"".r°-rn ,.
wnpm .wom e
xwnN+:.nn.,EUx n.w,
nm•
eaw.l,.xweup
NareeaNUxlOwe Eeb'. OSWE018
SIeY[mYVlga /E@'lydr m.BS]MB / i
NVpme /minl r /:
IIp pN.n ryAHXO
q.Ymxnnemnwa wwxmmewxnpMluon
I(
MwMnIPmACGNM1' IM0.n.
1
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
eeWeMUVdnWUxwpwn. u. enxV pru.x [ nenmwxxu.Mwex.00euw.¢mu:
v0pean rum,nm..e wnse. ua.a b[ omre,mlM1 aawemem:
ex lso rzrmrord exlso ixwsd.s ,
Ex 150 razramn exwo+asr dm
exemro[zmd ex.xnczors
exeuzeaar) exsdrr:zmprnrxm
xwmwmx wpwmxw. m.w• rv. waemax.x...mrouw. ).n0wp:
r. ypm e,a,ue0gmap a.ene ia'wu nxr,e. ••rm w m wmn...mN.A ,wMpm+u wnrrw.
z xammuwd wp,0mw.. ,. o[,pa[m...mm w mxnxmmww.d „wr.a r .mow.,.v,.w.
rcrdwm :;.,' .,mw•°"n [oo'...w mwx...w m w'pan uw ee. u ry
ep xm•ema.rtxw[«w.a. ao.opueWyr e o [mw0nw [wrzmcrw mpM«w+w ' rya! wa,.v. dimly an m ..o5.p[..rtwtax mi.wlraexM wWwx,.n mi[ro.• [OpaK. ^•W
w•n =r•m. mw e.+a. wsrt•n•.,., vw . m. ao.ow+ w. dpmm.. mPw. wm
rtam ,,.mrrve..p.wdpomn...,.,wmn.m
mr.[wWm 1. xmna uMx N...ft[mdN.e '
1..ppa® m,h ro Pe pawn nm a•m^e1.e m rm m.n alwnea X,Im rtpn,.rmm.memew.m 1
z. m.medmNaaewwnu+n pxamwwa NmwwrMWmxwmwdle.
TN tlrIIM b Maa ro11mpN NN dw ¢M[atlal OMY nm pMO,mM vry wmYVm w wnbq M
i e m. m.,. ma... 1r.,. nu.mmxmlar.w.a xp,mmmlma..mnln. a.,ne.nllp..
6 CMryp tlW nvryallw tlw w,Immlly,nP Pe mllimlm reyrtmeryd mq mNelnemMru.INn WIb
i [
MRU10 vsWN depeMenl m Pe ed01P- /9 da M Ife Wwsrvs al rep/rtm[M undIX Mbr NB
nliln101'm Nan Bxaded.O Bn an gdlbndaWUNT.
r r
048.71
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
AUTHORIZATION TO MARK
Sr„ eyllnlm. M .ypluhn J IM Lerhlulnn N.rylN,nwn fegm'tl m. mtgXa hwMen w me rirud(N
c,r.XU.e=EXII Mnen nw. o.rsorm.. rrn n..«'cmn W wln m r. cmu..emr AamX..m ane L Wrp
capon rw .nm.nlur .m .pW., m muepe FaXO mexNal egntihtl m n. mlrvwr we. m uc Lediy
Peport
n4 iq.an+'n Im yro d rnNUy . , ane n •a v,lrwr.d. rn. xM mon menl,l mn e.
n{{,al vih X I1 e m 0 IN n1 A T. 411h u vL
AnN lw Repnlolnls]s'AILWN Ygerdl
niMlWwd ^.4
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
AppROnl: 61. ISYefine arc. Wmrreemnr. nOANI I:P
Ienlee.: WrN IhYb4wIS ]]S. NeraWle Mnme: .a.Ir.+oSr r, ZZWlfi lYel
VAZ2)H
EeunlM USP Ceunlry: Napu04 CltllYM
IN NNmtr NbYn M. Helev 4ene.Nmi
Plienrr
nq]16Sfl6 JSVI])E 11
N,I JU( FpV)I SZMpS AS'.
Emeq. MurmQ,Wiayelmmsmm Farrell: nMTU'eMNMneenl Ey
Perry AUNOeSedla Apply WrL: Snw ea MUUls.4ver
geprn leerirp ORU: AOaW
LeMrd XUmher SOJ]366 AuNmrM hS:
n rlWpem, LMpeavn MX,pv
8.2 ETL v
Inlertek
lnb dxm me eNr:eebe M perm A W waoekne b M arF Id Nw MlO Npa1 Mimter
nw e ur.— +.u.r. arsrw..a...r -...'
ew.
ai ern•....r.. .
YMNdmen NOE.Am]bn W Wn IL WN4
n serbrM641 fv]V S6)16R
4 rynmxYMEM1[Pgd E9ujmeMbIMewemeM,Cwbd, vMLepmelerSJ,eM1M1
GrpYRpdremMlslUl6r010.1SD)1 FGi W'lh(YDgtll
mee.mm: SeN1/PepianmeW Fd EW'lliul NtipnW Fw MNx /emenl GaWd Ntl LSbXJkIf lW -PYr 1
c.ImeIRWmMnMmmop)ICV v] rw)olh.l ]mF Ea] «]n
Npbul: OY6ELIIRIT'9CREFMIq TBtA.I
er. e COWA
ModeM1:
AnN lw Repnlolnls]s'AILWN Ygerdl
niMlWwd ^.4
TECHNICAL PROPOSAL: CONPASS DV
PROPRIETARY and CONFIDENTAIL
THIS PAGE INTENTIONALLY LEFT BLANK
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal )RFP) #02 -2017 -'-n---'- ., , '- a..
3.3 ADANI Systems Management
Proposal — Project Management; Project
Team Structure / Internal Controls (A.,1.)
ADANI Systems, Inc. utilizes crossfunctional 700+ Full Body X -ray systems globally
teams, each with its own management lead, to 300 + systems in the US
support government and commercial projects.
60 +Dual -View Full Body X -ray systems
The ADANI Systems, Inc. team structure for the Cowlitz County project will include, but not be
limited to, the following individuals:
Scott Ortolani — COO
Vladimir Klokov — Vice President
Paul Rivello —Director, Business Development; Cowlitz County Project Manager
Dan McCloskey— Installation, Training and Service Manager
Mark Ricards — Field Service Technician
Christopher Burgan — Field Service Technician
Michelle Ortolan — Executive Assistant/Office Manager
ADANI Systems, Inc. will not utilize any sub - contractors on this project.
The customer facing team for this project will be:
Paul Rivello — RFP response, Contracting P.O.C., Project Manager. Responsible for proposal
response preparation and submittal. Will serve as the primary contact for Cowlitz County
Purchasing and Corrections Departments. Responsible for all contract deliverables and customer
satisfaction.
Dan McCloskey — Installation and Training Manager. Dan will lead the installation and training
efforts. Post installation and training he will support the project in the capacity of Service and
Technical Support Manager.
Mark Ricards — Field Service Technician. Senior installation and field service technician. Install
team member.
Christopher Burgan — Field Service Technician. Senior installation and field service technician.
Install team member.
Michelle Ortolani — Executive Assistant/Offtce Manager. Michelle will serve as the secondary
P.O.C. for this project.
ADANI Systems, Inc. is well equipped to effectively manage this project, having the experience,
resources, tools, and management techniques to professionally address all contract tasks and
requirements.
Management Proposal for #02 -2017 Submitted by ADANI Systems, Inc.
March 28, 2017
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Requestfor Proposal lRFPI n02 -2017 1r.— 1— - -1.11—
ADANI Systems, Inc. Organizational Chart
Scott Ortolani
Chief OPereting
O leer
VladimirKlokov
Vice President
Paul Rivello
Director, Business
Development
Wayne Horvath Marc Gregorio
Manager, Cargo Sales Manager, Sales
Management Proposal for #02 -2017
Michelle Ortolani
Executive Assistant
PROPRIETARY and CONFIDENTAIL
Daniel McCloskey
Manager, Service
Mark Ricards Chris Burgan
Service Tech Service Tech
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP) #02 -2017 AL I...... m-"1. ,,,i,m,,.,
3.3 ADANI Systems Management
Proposal — Record of Performance
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems., and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual -View Full Body X -ray systems
ADANI has been synonymous with Full Body X -ray security screening systems on a global basis
for over 15 years. Our CONPASS SV and DV, in various configurations, has been the unit of
choice for Corrections Departments and Customs Authorities worldwide. We cited several relevant
past performance references per the RFP guidelines, and we wanted to highlight several other
projects with relevance to our efforts in support of Cowlitz County Corrections Department.
ADANI's CONPASS SV and DV systems with EasyData platform has been the system of choice
to meet the people screening needs of the global Corrections, Customs and Loss Prevention
communities since 1999. Our first system was deployed to a diamond mine in Angola, Africa in
1999 and, over 2,000,000 scan later, is still operational. This is a testament to the CONPASS'
durability and performance. We have over 700 systems deployed globally; there is no other
manufacturer that comes close to that.
We offer the following contracts as an example of our ability to perform:
South Dakota Department of Corrections — 16LH373811, 16LH373698, 16LH373793,
16LH373803. June 24, 2016 — Current. Clifton Fantroy @ (605) 201 -5817 (o), (605) 366 -1899
m). Clifton.Fantroyna state.sd.us
Virginia Department of Corrections — EP2527855. March 3, 2017 — June 2019. Marie Vargo @
804) 536 -3046 Marie.Var o a vadoc.vireinia.gov
Georgia Department of Corrections — 46700-GDC0000708. March 22,2016—June 2019. Shelia
Oubre @ (404) 831 -9005 (o), (404) 831 -9005 (m) Shelia.Oubrena.edc.ea.gov
Hall County Sheriff's Office, GA — 367022, May 2, 2016 — current. Marcus Neville, Captain @
770) 531 -6904 (o) mneville@hallcounty.ore
Leon County Sheriffs Office, FL — P0008134, August 2014 — current. Robert Woodburn @
850) 606 -3656 (o), (850) 508 -8288 (m) WOOdbllrnRgleoncount fl.gov_
Camden County Department of Corrections, Camden, NJ — 192715, January 2017 — June
2019. Jesse Hall (609) 743 -7072. Jesse.hall&camdendoc.com
ADANI's worldwide resources in technology, program management, manufacturing, and domain
knowledge have been applied to the Cowlitz County project.
Management Proposal for #02 -2017 Submitted by ADANI Systems, Inc.
March 28, 2017
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP) #02-2017 Al,. td-.,..,owo.,,
3.3 ADANI Systems Management
Proposal — Experience of the Consultant
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems, and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual -View Full Body X -ray systems
ADANI Systems, Inc. has amassed, literally, a world of experience having deployed more than
700 Full Body X -ray Scanning systems in 65 countries. The team dedicated to Cowlitz County has
installed over 180 body and baggage scanners in US correctional institutions in the past year; the
split of the systems is approximately 110 body:70 baggage.
The I10 body scanners referenced above were all installed at the Federal, State and Local
correctional levels. While each installation is unique, there are some similarities; our factory
trained Field Service staff performs flawlessly in the areas of tool control, personal conduct, and
performance of required tasks.
From the interactions of the Face -to -Face oral presentations through equipment delivery,
commissioning and training the Cowlitz County staff assigned to this project will feel the passion
and professionalism of ADANI Systems and our team.
Management Proposal for #02 -2017 Submitted by ADANI Systems, Inc.
March 28, 2017
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP) D02 -2017 AL o...,. m-
3.3 ADANI Systems Management
Proposal — References
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems., and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual-View Full Body X -ray systems
ADANI Full Body X -ray screening technology is utilized in over 300 full body scanners deployed
in County, State and Federal Correctional facilities in the United States. ADANI's technology is
patent - protected (US Patent # 7,016,473 Bl) and deployed in 65 countries totaling over 700
successful installations.
South Dakota Department of Corrections (SD DOC)
3200 East Highway 34
Pierre, SD 57501
Clifton Fantroy
605) 201 -5817
clifton.fantrov@state.sd.us
Leon County Sheriff's Office
535 Appleyard Drive
Tallahassee, FL 32304
Captain Chuck Davis
850) 528 -8360
davisc(a)leoncountyfl.gov
Hall County Sheriff's Office - Jail Division
1700 Barber Road
Gainesville, GA 30507
Marcus Neville — Captain
770) 531 -3934
mnevil lena.hallcounty.org
Daviess County Sheriff's Office
3337 Highway 144
Owensboro, KY 42303
David Osborne — Jailer
o) (270) 685 -8466 x206 (m) (270) 314 -6103
adosbome( ,daviesscojail.org
Management Proposal for #02 -2017
INSTALLED Sept. 2016
CONPASS DV — 3 units
CONPASS DV — 2 units
Install in April 2017)
INSTALLED September 2014
CONPASS DV
Robert Woodburn
850) 606 -3656
WoodbumR@Ieoncountyn.gov
INSTALLED Aug. 2016
CONPASS DV with DruGuard
INSTALLED Sept. 2016
CONPASS DV with DruGuard
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
i Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal (RFP) #02 -2017 , „.gym..,. ,, ,,t1i.,,.
Virginia Department of Corrections INSTALLED February 2017
Greensville Correctional Center CONPASS DV with DruGuard
901 Corrections Way
Jarrett, VA 23870 -9614 VA DOC has ordered an additional
Marie Vargo six (6) CONPASS DV for delivery
804) 536 -3064 in Spring 2017
Marie.Vareo(a),vadoc.vir ignia.gov
Douglas County Sheriff's Office INSTALLED May 2014
4000 Justice Way CONPASS DV
Castle Rock, CO 80109
Lt. Brian Murphy
303) 814 -7027
bmurphy(a),dcsheriff.net
Camden County Department of Corrections INSTALLED March 2017
330 Federal Street CONPASS DV with XSC
Camden, NJ 08103 CONPASS SV with XSC
Jesse Hall
609) 743 -7072
Jesse.hallAcamdendoc.com
Georgia Department of Corrections (GA DOC) INSTALLED April 2016
Georgia State Prison CONPASS SV
300 1st Avenue South
Reidsville, GA 30453
Deputy Warden Shirley Kilgore (912) 557 -7215
Shirlev.Kil eorena.gds. ea.gov
Smith State Prison INSTALLED April 2016
9676 Hwy 301 North CONPASS SV
Glenville, GA 30427
Deputy Warden Vikki Irwin (912) 654 -5033
V ikki.Irwin(a-,gdc. ga. gov
Ware State Prison INSTALLED February 2017
3620 Harris Road CONPASS SV
Waycross, GA 31501
Director Shelia Oubre (404) 831 -9005
Management Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Request for Proposal(RFP)Q02 -2017 A ,, =- m1.,.,,
Shelia.Oubrena.gdc.ga.Rov
Hancock State Prison
701 Prison Boulevard
Sparta, GA 31087
Director Shelia Oubre (404) 831 -9005
Shelia.Oubrena Rdc.Ra.Rov
INSTALLED February 2017
CONPASSSV
Georgia DOC has recently purchased an additional four (4) systems for deployment in the Spring
of 2017. This is a 36 -month contract with a total system deployment estimate of 29 systems. We
have currently realized six (6) of 29 systems.
Global Tel Link / California Department of Corrections and Rehabilitation
Statewide deployment of ADANI Systems body and baggage scanners as part of a layered
approach to Electronic and Narcotic interdiction programs.
INSTALLED 2016
CONPASS SV, CONPASS DV, BV6045 - more than 150 systems
GTL CDCR
Michael Patterson Bryan Donahoo, Associate Warden
916) 996 -0533 (916) 323 -2160
Michael.PattersonAwtimet Brvan.DonahooAcdcr.ca.gov
Management Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
THIS PAGE INTENTIONALLY LEFT BLANK
PROPRIETARY and CONFIDENTAIL
Cowlitz County Corrections Department
Furnish, Deliver and Install One New Full Body Security System ADANI
Requestfor Proposal (RFP) #02 -2017 - - —
3.4 ADANI Systems Cost Proposal
ADANI Systems, Inc. possesses a world of
experience in Dual -View Full Body X -ray
Scanning Systems., and consistently delivers
projects on time, on budget and with low overall
risk. Our projects are carefully planned, closely
managed, and high in performance.
700+ Full Body X -ray systems globally
300 + systems in the US
60+ Dual -View Full Body X -ray systems
ADANI Systems, Inc. is pleased to offer the Cowlitz County Corrections Department a Firm, Fixed
Price offer of $219,400.00 is response to RFP: Full Body Scanning System #02 -2017. This offer
includes all deliverables outlined in our response and in compliance with Section 1.2 Objectives
and Scope of Work.
Management Proposal for #02 -2017
PROPRIETARY and CONFIDENTAIL
Submitted by ADANI Systems, Inc.
March 28, 2017
ADAN I
from ideas to solutions
13614 Poplar Circle #203, Conroe, TX 77304
16611297128n rlffirp / ffi611333 -3150 Mobile
Quote
CIT Cowlitz County CONPASS DV 03282017
Company: Cowlitz County Corrections Department Quote # QT Cowlitz County CONPASS DV 03282017
POC /Phone: Director Marin Fox Hight Date: 3/28/2017
Address: 1935 1st Avenue RE: Con Pass DV + DruGuard
City, State, Zip: Longview, WA 98632 Email: FoxHiehtM @co.cowlitz.wa.us
Part No. Description Qty Sale Price Amount
ADN ConPASS DV ConPASS DV - Dual -View Full Body Security Screening System: 1 159,900.00 159,900.00
Two (2) X -Ray Generators w/ X -Ray Shielding Case
Two (2) Image Detectors w /Filtration Systems
Dosimeter for both X -ray generators
3 independent kV and TA scanning modes - 6 in DV
Operators Interface Workstation
One (1) 24" Color Monitor and one (1) 19" Color Monitor
Movable Platform (6601b. Max) with safety Hand Rail
Imaging Field of View 82 "H x 29" W
8GB RAM Memory
Two (2) each IT Hard Drives
Local Storage of approximately 940,000 images
65,384 Gray Scale Levels
Operation Documents
BarCode Bar Code Scanner and Software if applicable 1 1,500.00 OPTION
DruGuard Automatic Narcotics Detection Software 1 10,000.00 Included
XSP X -ray Shielding Panel with window configuration 1 2,500.00 2,500.00
Install Installation and Calibration 1 3,500.00 3,500.00
Training Training: Train the Trainer for 20 people 1 3,000.00 Included
Warranty 24 -month warranty on all parts, labor, travel, supplies, freight 1 Included Included
PM Quarterly Preventive Maintenance (every 3- months for 5- years) 20 450.00 9,000.00
Service Contract Service Contract - covers parts, labor, travel 3 14,000.00 42,000.00
Shipping Shipping (Longview, WA) 1 2,500.00 2,500.00
Quote Total 219,400.00
1. Cowlitz County Corrections Department must supply a dedicated 110VAC/ 20AMP circuit at the installation locations.
2 These prices do not include sales tax if applicable.
3. Purchase Orders to be written to: ADANI Systems, Inc., 13614 Poplar Circle #103, Conroe, TX 77304
4. Late fees may be applied to past due invoices.
This quotation supercedes all previous quotations and is valid for 90 days from date of issue, unless otherwise stated. * »*
Payment Terms Net 30 Days
SHIP DATE: 45
TERMS OF DELIVERY: FOB Origin Prepay and ADD
ARO
TERM OYRRPWTI CD geNTAII CHED
THIS PAGE INTENTIONALLY LEFT BLANK
PROPRIETARY and CONFIDENTAIL
ALADANI
o-"", rdsa to ,awuens
STANDARD WARRANTY TERMS AND CONDITIONS
GENERAL TERMS AND CONDITIONS
1.1. ADANI Systems, Inc. (hereinafter referred to as "ADANI ") shall handle warranty related claims in regards to equipment
manufactured by ADANI.
1.2. The products have been manufactured to the highest quality standards and are warranted to the original purchaser
only. This warranty is not transferable.
1.3. The products are covered bythe warranty during 12 (twelve) monthsfrom the date of delivery by ADANI. The products
are guaranteed to be free from defects in workmanship and parts during the warranty period. The defects that occur within
the warranty period under normal use and care will be repaired or the defective parts or products will be replaced at
ADANI's sole discretion.
1.4. ADANI reserves the right to replace the product or relevant part with the same or equivalent product or part rather
than repair it. Where a replacement is provided the product or part replaced becomes the property of ADANI. ADANI may
replace parts with refurbished parts. Replacement of a product or a part does not extend or restart the warranty period.
2. SERVICE OR REPLACEMENT PROCEDURE AND COST SHARING
2.1. The defective product or part shall be sent back to ADANI or a third party indicated by ADANI at ADANI's sole choice
and instruction.
2.2. The sender shall ensure that the product is properly packaged so as to ensure that no damage occurs to the product
during tra nsit. An explanation of the problem shall be included. The contract number and the product's serial number shall
be expressly stated when making a claim underthis warranty.
2.3. ADANI shall provide the replacement parts or products or repair the defective parts or products free of charge.
2.4. ADANI will provide standard shipping and insurance of the replacement and defective parts or products to and from
ADANI or a third party as indicated by ADANI. Express shipping may be provided at extra cost.
2.5. ADANI will provide warranty- related labor costs as well as the travel - related costs if repairs are deemed the result of
equipment failure or defects in workmanship. All other repairs will be billable. Cost estimates for non - warranty repairs will
be provided in advance.
3. EXCLUSIONS AND EXCEPTIONS
3.1. In the event that no identical product is available for replacement, ADANI reserves the right to replace the product
with a device of equal capacity, or offer the customer the choice of a product upgrade which may incur an extra cost.
3.2. This warranty is limited to defects in workmanship or parts. All defective products or parts will be repaired or replaced.
This warranty does not extend to accessories, manuals, packaging, batteries or any other consumable item.
3.3. The warranty will not apply if the factory- applied serial number has been altered or removed from the product.
3.4. This warranty does not cover damage, malfunction orfailure which resulted from alterations, accident, misuse, abuse,
fire, liquid spillage, maladjustment of customer controls, use of an incorrect voltage, power surges and dips, thunderstorm
activity, acts of God, voltage supply problems, tampering or unauthorized repairs by any person, use of defective or
incompatible accessories, exposure to abnormally corrosive conditions or entry by any insect, vermin or foreign object in
the Product.
A
4JADANI
from Ideas to solutions
3.5. This warranty does not cover damage arising during relocation. Relocation costs are not included in standard warranty
3.6. ADAM will not be liable for any loss, damage or alterations to (1) third party equipment, furniture, hardware or
software; or (2) programs, data or information stored on any media or any part of the product, no matter how occurring;
or for any loss or damage arising from loss of use, loss of profits or revenue, or for any resulting indirect or consequential
loss or damage.
3.7. This warranty does not cover normal wear and tear of the product or parts.
3.5. ADANI excludes all other warranties, conditions, terms, representations and undertakings whether express or implied.
3.9. The terms and conditions related to the validity period and cost sharing arrangements set forward in Art. 1.3., 2.4.,
and 2.5. of this document, can be superseded by related terms and conditions of sales contracts.
THIS PAGE INTENTIONALLY LEFT BLANK
PROPRIETARY and CONFIDENTAIL
L ADANI
TRAINING MANUAL
FULL -BODY SECURITY SCREENING
SYSTEM
CONPASS DV
ADN29.00.00.000 -07 TM
e4k:
13614 Poplar Circle, Unit 203
Conroe, TX 77304
Tel.: 936 - 588 -2064
844 - 989 -6789
Service:844- 989 -6789
i nfo(ci),adanisystems.com
www.adanisystems.com
Identification Revision Date
ADN29.00.00.000 -07 TM 1 / 01.2016 /
PROPRIETARYand CONFIDENTAIL
Q ADANI
CONPASS DV
A from ideas to solu[ionz Full -Body Security Screening System
This Training Manual (ADN29.00.00.000 -07 TM) contains all the information neces-
sary to understand and operate the CONPASS DV Full -Body Security Screening System
hereafter, referred to as the Scanner).
The Scanner shall only be operated by appropriately instructed staff. The knowledge
required for this can be acquired by attending a training session organized by the manufac-
turer.
The Scanner user /operator must read this manual before attempting to operate the
unit.
REVISION RECORD
REVISION DATE I DESCRIPTION
1 January, 2016 1 Initial release
TRAINING MANUAL
Identification Revision Date Page
ADN29.00.00.000 -07 TM 1 01.2016 2 of 52
1
2
3
QADAM - „,
01 :.,i . : j CONPASS DV Full -Body Security Screening System
TABLE OF CONTENTS
INTRODUCTION ........................................................................ ..............................8
1.1 PURPOSE ........................................................................ ..............................8
2.2 WARMUP OF THE X -RAY GENERATORS .................... .............................15
1.2 GENERAL DESCRIPTION ............................................... ..............................9
1.2.1 Components ..................................................................... ..............................9
3.1.1 REGISTRATION BY KEYBOARD INPUT AND SEARCHING THE
1.2.2 Digital Imaging Technology .............................................. ..............................9
1.2.3 Major Features Of The Operator's Program .................. ............................... 11
BEFORE SCANNING PROCEDURES ...................................... .............................14
3.2.2 STARTING THE SCANNING PROCEDURE .................. .............................22
2.1 SWITCHING THE SYSTEM AND THE OPERATOR'S AWS, STARTING
THE SOFTWARE COMPLEX ......................................... .............................14
2.2 WARMUP OF THE X -RAY GENERATORS .................... .............................15
WORKFLOW............................................................................. .............................18
3.1 REGISTRATION OF THE PERSON UNDER INSPECTION ........................18
3.1.1 REGISTRATION BY KEYBOARD INPUT AND SEARCHING THE
DATABASE FOR DATA .................................................. .............................18
3.2 SCANNING PROCEDURE .............................................. .............................22
3.2.1 POSITIONING OF THE INSPECTED PERSON FOR SCANNING ..............22
3.2.2 STARTING THE SCANNING PROCEDURE .................. .............................22
3.2.3 SCANNING PROCESS ................................................... .............................23
3.3 WORKING WITH ACQUIRED IMAGES .......................... .............................25
3.3.1 IMAGE PROCESSING TOOLS ....................................... .............................25
3.3.2 STANDARD PROCEDURE FOR IMAGE PROCESSING ............................27
3.3.3 ADDITIONAL IMAGE PROCESSING .............................. .............................28
3.3.4 MAGNIFIER TOOL .......................................................... .............................28
3.3.5 MARKS ............. .................... ................................................................. ....... 30
3.3.6 POSITIVES DATABASE ................................................. .............................31
3.3.7 WRITING IMAGES TO A CD DISK ................................. .............................33
3.3.8 OPENING THE IMAGE ARCHIVE WINDOW .................. .............................34
3.3.9 SEARCHING FOR IMAGES IN THE ARCHIVE .............. .............................36
3.3.10 OPENING ARCHIVE IMAGES FOR REVIEW ................ .............................37
3.3.11 OPENING IMAGES FROM EXTERNAL DIRECTORIES .............................37
3.3.12 INDIVIDUAL CARD ......................................................... .............................38
3.3.13 COMPARING IMAGES ................................................. ............................... 38
3.3.14 SAVING IMAGES ............................................................ .............................39
3.3.15 DELETING IMAGES ........................................................ .............................40
3.3.16 COPYING IMAGES FROM ONE DIRECTORY TO ANOTHER ...................41
3.3.17 OPERATIONS WITH THE PERSONAL ID FIELD .......... .............................42
TRAINING MANUAL /
Identification Revision Date Page
ADN29.00.00.000 -07 TM j 1 01.2016 3 of 52
PROPRIETARY and CONFIDENTAIL
AD AN I
CONPASS DV ,' Full -Body Security Screening System
4 PRINTING .................................................................................. .............................45
5 OPERATOR PROGRAM AND SYSTEM SHUTDOWN ............. .............................48
6 CLEANING OF EQUIPMENT AND FACILITIES, AS WELL ASS INTERNAL AND
EXTERNAL SERVICING ........................................................... .............................50
6.1 GENERAL ....................................................................... 50
6.2 EXTERNAL INSPECTION ............................................... 50
6.3 SAFETY INSTRUCTIONS ............................................... 51
6.4 MAINTENANCE PROCEDURE ....................................... 51
TRAINING MANUAL
Identification Revision Date Page
ADN29.00.00.000 -07 TM 1 01.2016 4 of 52
PROPRIETARY and CONFIDENTAIL
WAEE MAWEER
GOMPPxE MVVE
ARD
9
Poartrvea _ J
II -
ixmEEOxrRC
Imo± .
III I
RmxExEae
PR[6[TiIx6
rr
max secuxm
6ERNNIHG --
Zooming IN
Scaling to the
original size
Brightness
adjustment
Presettings
Edge
enhancement
Normalization
COMPARE MODE
AUDIT
MARKS
POSITIVES
IMAGE CONTROL
1:1 C
BRIGHTNESS
I I PRESETTING I
HIGH SECURITY
Zooming OUT
Full screenexsperation
Inversion
Density-based
Pseudo 3D
STOP High security
j
mode
auGa
SCANNING
SCANStart scanning
procedure
STOP
Stop scanning STOP
procedure
MODE i/2/3 MODE
The system offers MODE 2
AVM.WMWR three precunfigured
Ex Mrwvw L modes MODE
I
mcorr
ADMINISTRATOR
This button enables
administrator mode
ADMINISTRATO READ MANUAL
Open digital copy
READ MANUAL\ Operator's
PRINT LOG OFF
maO
ma
Print opened LOG OFF
image Log off current
profile and go to
user's select screen
ADANI CONPASS HELP
IMAGE MANAGER
Open - Run Image manager
Compare Mode - Enable /disable comparison mode
Audit — Open "secure count" software (administrator feature)
Marks — Show /hide marks of dangerous things
Positives —Open positives (samples) database
IMAGE CONTROL
Zoom IN and Zoom OUT— Used with scanned image to zoom IN to or OUT of a specific area(s) within the
image.
Scaling 1:1— Returns scanned image to original size if the zoom IN, OUT, and /or exasperation feature was
used.
Full Screen Expansion — Scanner image is automatically resized to fit the entire monitor area.
Brightness Adjustment — Allows for the brightness of the scanned image to be increased or decreased.
Presettings - The contrast and brightness adjustment can be either as defined by the user or based on the
reset values.
Inversion — Allows for adjustment of the scanned image for black as the primary color or white as the
primary color.
Normalization - Enables simultaneous view both dense and soft tissues of a human body with enhanced
contrast.
Edge Enhancement— Enhances scanned image in attempt to improve its acutance or sharpness.
Density -based Pseudocoloring — Coloring of the image respectively to object's optic density using user
defined 2 color palettes.
Pseudo 3D - The tool produces the effect of the object edges.
High Security Mode - Apply /cancel hiding of general areas
SCANNING
Scan — Starts scanning procedure.
Stop — Stops scanning procedure.
Indicator— Provides verbal indicator of the status of the body scanner.
Mode 1— For people less than 155 Ibs weight
Mode 2 — 155 1b < weight < 220 1b
Mode 3 — weight > 220 1 b
NOTE: Printing open image is only possible if a printer is attached to the Con Pass SV.