Loading...
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.