REQUEST FOR PROPOSALS RFP NO.:

Similar documents
REQUEST FOR PROPOSALS RFP NO.:

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

All proposals must be received by August 30, 2016 at 2:00 PM EST

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Request for Proposal RFP # , Managed Network Services

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Network Video Solution Package

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

County of Alpena Website Design and Development RFP

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSAL (RFP) FOR THE DESIGN, DEVELOPMENT, AND IMPLEMENTATION OF CITY ECONOMIC DEVELOPMENT WEBSITE

Social Media Management System

Digital Copier Equipment and Service Program

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

OWENS VALLEY CAREER DEVELOPMENT CENTER

Arizona Department of Education

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

LAKE COUNTY COMMON PLEAS COURT GENERAL DIVISION

The First Microfinance Bank Afghanistan (FMFB-A)

REQUEST FOR PROPOSAL FOR BUILDING LEASE

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

Chabot-Las Positas Community College District

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

NOTICE OF REQUEST FOR PROPOSALS

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

INVITATION TO BID (Request for Proposal)

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

City of Gainesville State of Georgia

ADVERTISEMENT FOR THE USE AND BENEFIT OF NESHOBA COUNTY, MISSISSIPPI

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

UCF SOLAR FARM-UCF 584 Solar Developer Project Fact Sheet

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Request for Proposal (RFP) For Purchase of DVR Systems, Security Cameras and Installation at the Marinette County Jail

LOS ANGELES COUNTY SHERIFF S DEPARTMENT REQUEST FOR INFORMATION RFI NUMBER 652 SH ONLINE TRAFFIC REPORTS (OLTR)

TOWN OF CLINTON Technology Department

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Sanilac County Community Mental Health Authority

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Curriculum Management Software for Mississippi State University

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

REQUEST FOR PROPOSALS

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Football Statistics Solution for Mississippi State University

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS SECURITY GUARD SERVICES FOR THE ERMA BYRD CENTER RFP #18013.

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

Request for Qualifications: Information Technology Services

Solicitation Number RFP No Date Issued Procurement Officer. The Term "Offer" Means Your "Bid" or "Proposal"

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Proposals. Community Needs Assessment Primary Data Collection: Surveys Focus Groups Photovoice RFP

Architectural Services

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

REQUEST FOR PROPOSAL RFP Name of Project/Project Title. Background Information. Issue Date: 01/12/2017 Proposal Due Date: 2/16/2017

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

This request for qualifications seeks the following type of service providers:

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Transcription:

PUBLIC SERVICES DEPARTMENT CONTRACTS & PROCUREMENT DIVISION REQUEST FOR PROPOSALS RFP NO.: 13-064 Sealed proposals for VIDEO VISITATION SYSTEM for the El Paso County Sheriff s Office will be received by the Public Services Department, Contracts and Procurement Division., 200 S Cascade Ave., Suite 150, Colorado Springs, CO 80903, UNTIL: 1:00 PM, TUESDAY, AUGUST 27, 2013. A MANDATORY PRE-PROPOSAL CONFERENCE and a SITE VISIT will be held at 1:00 PM, TUESDAY, JULY 30, 2013 at the Criminal Justice Center, 2739 E. Las Vegas St., Colorado Springs, CO 80906. Please Note: Due to security reasons, only vendors present at 1:00 PM at the front lobby will be escorted into the conference room. All interested firms must attend. The successful company will be required to furnish a 100% Performance Bond upon notice of contract award. EL PASO COUNTY CONTRACTS & PROCUREMENT DIVISION WILL NOT BE HELD RESPONSIBLE FOR MISINFORMATION RECEIVED FROM PRIVATE PLAN HOLDERS. PLEASE USE OUR WEBSITE ONLY. PLEASE CONTACT THE CONTRACTS & PROCUREMENT DIVISION AT 719-520-6402 FOR A SPECIFICATIONS PACKAGE OR LOG ONTO OUR WEBSITE AT WWW.ELPASOCO.COM TO DOWNLOAD DOCUMENTS Any questions regarding this proposal should be directed to JoAnne Stone, CPPB, Procurement Specialist, at (719) 520-6675, or e-mailed to joannestone@elpasoco.com. Do not contact any other individual regarding this solicitation. Final questions are due by no later than 1:00 PM, FRIDAY, AUGUST 2, 2013. Addendum answering questions received will be published on the week of August 5 th on our website. All interested firms are invited to submit a proposal in accordance with the terms and conditions stated in this Request for Proposal. BOARD OF COUNTY COMMISSIONERS EL PASO COUNTY /s/ EILEEN GONZALES, CPPO, CPPB CONTRACTS AND PROCUREMENT MANAGER PUBLICATION DATES: FOUNTAIN VALLEY NEWS: July 17, 2013 July 24, 2013 If you are not interested in submitting a proposal for this project or similar projects, please contact the Contracts & Procurement Division at (719) 520-6390. We continue to look for opportunities to reduce the costs involved in the solicitation of bids and proposals for El Paso County. Your cooperation is appreciated. 200 S CASCADE AVE., SUITE #150 COLORADO SPRINGS, CO 80903-2208 OFFICE: (719) 520-6390 FAX: (719) 520-6396

RFP NO.: 13-064 DUE DATE: AUGUST 27, 2013 EL PASO COUNTY CONTRACTS & PROCUREMENT DIVISION RESPONSE CHECKLIST FOR VIDEO VISITATION SYSTEM The firm submitting this proposal is required to submit those items listed below in full as a part of the proposal package. Failure to submit any of the documents listed below with your proposal, or failure to acknowledge any addendum, or submitting your proposal with any limitation, condition or provision not requested, may be cause for rejection of your proposal. THIS CHECKLIST MUST ACCOMPANY YOUR PROPOSAL PACKAGE PLEASE SUBMIT ONE (1) ORIGINAL, ONE (1) PUBLIC COPY, ONE (1) CD, AND SIX (6) COPIES OF THE FOLLOWING DOCUMENTS Proposal as specified in General Specification Section H.2. Proposal Format Fee Proposal (separate envelop from the proposal) PLEASE READ THE INSTRUCTIONS FOR SUBMITTING PROPOSALS INCLUDED IN THIS PACKAGE. COMPANY ADDRESS E-MAIL TELEPHONE NUMBER FAX NUMBER AUTHORIZED REPRESENTATIVE (PRINT) TITLE AUTHORIZED SIGNATURE DATE

RFP NO.: 13-064 DUE DATE: AUGUST 27, 2013 EL PASO COUNTY CONTRACTS & PROCUREMENT DIVISION GENERAL SPECIFICATIONS FOR VIDEO VISITATION SYSTEM The El Paso County Sheriff s Office (SO) is seeking proposals from qualified firms to replace its Video Visitation System (VVS). The SO is interested in replacing the existing antiquated system with a new modernized system. The SO is seeking a complete solution. All hardware, software, cabling, equipment, training, support, installations services, and all incidentals must be included as part of a proposed system. Proposals for analog matrix switching solutions will not be accepted. A. OBJECTIVE The SO conducts visitation at two facilities: 1. The Criminal Justice Center (CJC) is located at 2739 East Las Vegas, Colorado Springs, CO 80906. CJC is a 319,184 square foot facility with 23 housing wards and 1599 beds. 2. There are two sprung structures next door to CJC. One of these houses the Community Detoxification Facility. This facility has 40 beds. This is a short term stay facility. It is connected to the CJC via fiber optic network cabling. The other sprung building will eventually house 144 minimum security inmates. It is also connected to CJC via fiber optic network cabling. The current plan is to replace its VVS at the current locations. Mid-term plans call for the SO to start housing inmates at a downtown detention facility (Metro). Long-term plans hold the possibility of building a maximum security structure on the grounds of CJC. No exact numbers are available at the time of this solicitation, but expansion to other facilities should be considered as part of a response. B. BACKGROUND 1. The SO currently uses Offender Management System from a leading market provider. Full specifications of all relevant technical functionalities will be addressed with the Successful Contractor upon contract award. OMS is a Microsoft SQL database with a Java based web client. All servers and databases are housed in a facility controlled by the SO. There are no hindrances to access to the database tables or servers. 2. Description Of Current System The SO s current VVS was implemented in March, 2005. The SO had just opened an expansion of CJC. As a cost savings measure, no visitation facilities were included in the construction of this expansion. Money was budgeted as part of the expansion project to implement the current system. The current system consists of analog matrix switching equipment from Honeywell and non-proprietary booth hardware. We have booths in each housing ward and 32 booths in a public visitation facility across the street from CJC. The matrix switches are located in a computer room in CJC. All booths are connected to the matrix switches using analog coax for video and single twisted pair for audio. The SO has had support and maintenance difficulties in the last few years. The analog system is suffering mechanical wear and tear, and continued performance continues to decline. Additionally, spare parts for the matrix switches are difficult to come by.

Page 2 C. REPLACEMENT SYSTEM REQUIREMENTS The Proposed System must meet the following requirements. The SO has made a best effort to simply and logically describe these requirements. All proposals should describe in detail how each of these requirements is met by the Proposed System. In addition, any value added options, features, or functionalities of a Proposed System not mentioned in the requirements should be addressed. Please provide a narrative describing the overall approach to video visitation for each Proposed System in addition to addressing each of the following requirements. All proposals must be whole and complete. Indicate if your Proposed System meets the requirement: Yes = meet the requirement, No = not included in the Proposed System TABLE 1: SYSTEM REQUIREMENTS # Requirements Yes No 1 Business Requirements 1a System specifically designed for use in a correctional or detention facility. System adapted from another use will not be favored. 1b System shall be in use at another correctional or detention facility of similar size and operation to the SO. 1c System should offer on-site visitation options with the ability to expand to remote visitation. Details on this will be covered under different headings in the RFP. All data and recordings generated by the Proposed System shall be the sole 1d property of the SO, with full ownership rights extending beyond the terms of any future contract between Proposer and the SO. The Successful Contractor shall provide a business analyst (or similar function) to 1e assist the SO with evaluating and changing processes and procedures and developing scenario based training as part of the implementation. 2 Operational Requirements The requirements below must be met to replace the functionality of the existing system. The following functionality must be proposed as a base system. Proposed System: 2a shall allow for free local visits; 2b shall distinguish between normal and professional visit status; 2c should have a kill switch for all booths in each housing unit and the public visitation facility. 2d shall be ADA compliant and offer a TTY option for deaf inmate usage; 2e shall have a mobile cart solution for use where a permanent hard mount booth is not feasible; 2f should allow for dual head set configurations in all booths; 2g shall provide means for housing unit officer to see schedule in real time; 2h should provide means for notifying housing unit officer to any changes in visit status for inmates in a particular housing unit. 3 Scheduling And Visit Management: Proposed System: shall have a single administrative module to be used by operators. This module 3a shall allow for scheduling, active visit management, and management of system settings; 3b shall be capable of conducting timed visits with automatic termination at the end of the set time; 3c shall allow ad-hoc visitation that overrides existing schedule; 3d shall allow for multiple visit durations based on visitor status; 3e shall allow for banning visitors from certain inmates and allow banning visitors from all inmates. 4 Interface With Offender Management System: Proposed System:

Page 3 4a shall interface directly with the Microsoft SQL tables of the existing offender management system; shall include the following functional areas in the interface: Inmate demographic information to include name, permanent ID number, 4b booking number Inmate classification information Inmate housing information Inmate segregation information 4c shall prevent victims from registering as visitors to their alleged assailant; 4d should provide operator notification if a banned person attempts to register as a visitor. shall write the following data elements back to the OMS database, to be used for reporting and investigative purposes: 4e Visit date, time, and duration Visitor Name Inmate Name, permanent ID number, booking number 5 Technical Requirements: Proposed System: 5a shall utilize H.323 or similar for video/audio transmission and reception of all visit sessions; 5b shall allow for custom report creation using third party reporting tool connecting directly to the database tables; 5c shall allow for local installation and control of all servers and databases; 5d shall operate on a separate physical and logical network from the established data and voice networks in use by the SO; 5e shall allow for bandwidth metering and monitoring of all active visit sessions, singularly and in total; 5f should allow for self diagnostics and notification of failures and faults within the system, including hardware, database, network, and booth failures and warnings; 5g should integrate with the Active Directory domain used by the Office for the purposes of simplifying operator and administrator account management; 5h shall utilize fault tolerant RAID storage and a backup system for all recorded audio and video; 5i shall be IP based, utilizing common network cabling for connecting all booths and servers together; 5j should allow for audio and video quality scaling based on bandwidth availability. D. FUTURE ENHANCEMENTS The requirements below are included as immediate or future upgrades and enhancements the SO would like to consider as time and funding allow. If any of the following requirements are actually basic functionality of the proposed system or cannot be separated from the basic system, please indicate so. Check PS= if your Proposed System already meets this requirement Check Future= if your Proposed System can incorporate this requirement in the future TABLE 2: FUTURE ENHANCEMENTS # Requirements PS Future 1 Operational Requirements 1a Allow for cost based remote visits. 1b Provide for multiple party remote visitations. 1c Provide for records check (wants and warrants) on all registered visitors at the time the visitor registers and then every time a visit session is started, with notification of positive results.

Page 4 1d Secure records check results (if provided as part of Proposed System) in an area of the system not accessible by non law enforcement personnel. 1e System is at least bi-lingual, providing operational interfaces in English and Spanish. Have a specific module for use by a housing unit officer that provides a 1f dashboard status of all current and scheduled visits for inmates in a particular housing unit. 1g Allow for local visit start and termination based on hand set removal and replacement. 1h Ability to scan barcodes on state issued identification and populates common demographic fields. 2 Scheduling And Visit Management Have a single administrative module to be used by operators. This module 2a should allow for scheduling, active visit management, access to recorded visits, live monitoring, and management of system settings. 2b Allow for self registration and operator approval of all visitors. 2c Allow for remote self scheduling by registered visitors. 2d Allow for a self service module in the visitation center to allow visitors to schedule visits. 3 Recording And Monitoring 3a Record audio and video for all visits, with the ability to exempt professional visits. 3b Watermark all recordings with inmate, visitor, and time stamp watermarks. 3c Use H.264 compression or similar for storing all recorded audio and video. 3d Provide text search capabilities on all recorded audio. 3e Provide key word identification and notification on all recorded audio. 3f Provide for live monitoring of visits from a remote location. 3g Provide for ability to break into a visit session, override audio and video, and terminate visit. 3h Provide at least 30 days storage on all recorded audio and video. 3i Allow for searching of visit sessions based on inmate, visitor, date, and time. Allow for export of audio and video based on search results. Exported video must 3j be playable utilizing a standard CODEC format used by Microsoft Windows operating systems. 3k Allow for live scanning of all current and active visit sessions. 3l Store all recorded audio and video on a server located at the CJC campus. 4 Interface With Offender Management System 4a Use the interface data elements to build a rule based determination and approval of a visit to be scheduled and conducted. 4b Provide notification to visitors and operators of any conflicts or cancellations arising from the rules based determinations. 4c Provide operator notification if a banned visitor (as set by the rules based determination or blacklist function) attempts to register as a visitor. 4d Provide for operator override of any rule based determination. 4e Notify visitor of any rule based cancellation of a visit. E. SO OBLIGATIONS The SO will provide the following as part of any implementation and continuing use of the selected Proposed System. All other needs to be fulfilled by the SO must be explained in full: 1. Adequate 110V electrical power for all booths, servers, and other infrastructure. 2. Remote network access to the system for use by the Successful Contractor to facilitate implementation and ongoing support.

Page 5 3. Adequate physical space to house all booth equipment, server racks, and other infrastructure that composes the system. 4. First line support and maintenance services on the system. 5. Single point of contact for implementation and ongoing support of the system. 6. On site access to all required facilities for qualified personnel employed or contracted by the Successful Contractor. F. PROPOSAL CONTENT Proposer should include comments and discussion on the following topics in the order listed. The SO is not setting specific requirement for these topics. Information included as part of the responses to this section will be used in the overall evaluation and selection of the system: # Topics 1 Describe in detail all security protocols used in the transmission and storage of all audio and video. Describe in detail the applicable licensing model of the Proposed System. Information on future 2 facility expansions should be included as part of this deliverable. 3 Describe in detail any revenue model used by the Proposed System. Provide information about revenue sharing, payment processing, fraud protection, customer service, 4 and conflict resolution (refunds for cancelled visits, billing disputes, etc). 5 Provide information about network bandwidth needs based on per visit session bandwidth utilization. 6 Provide a list and samples of all reports native to the Proposed System. Provide information on ACA (American Correctional Association) compliance as it is relative to the 7 Proposed System. Provide information on the security and permissions model of the Proposed System as it applies to 8 operators and administrators. Include pictures of all applicable and relevant booth hardware included as part of the Proposed 9 System 10 Provide sample screen shots of the Proposed System. Provide all requirements needed from the SO to successfully implement the Proposed System. These requirements might include such things as needed lighting for each booth, specific power 11 requirements, network requirements, physical space requirements, and the like. Under this requirement, Proposer must explicitly state what is expected of the SO as part of the Proposed System. Provide a sample project plan, milestones, statement of work, and timeline to successfully 12 implement the Proposed System. Include project start date (in calendar days) upon contract award. 13 Provide specifications on all hardware, software, and network components of the Proposed System. 14 Provide information on operator and administrator training. Provide copies of the user and administer manuals for the Proposed System with your proposal. 15 This manual should be in the CD. 16 Provide at least three references of other facilities currently using the Proposed System. G. PERFORMANCE BOND A 100% Performance Bond will be required of the Contractor. Such bond must be furnished upon notification to the Contractor by the CONTRACTS & PROCUREMENT DIVISION of the award of contract. The bond must be furnished by a company licensed to do business in the State of Colorado and shall be for the initial contract period of one (1) year. Extensions shall be in writing for each renewal period.

Page 6 H. PROJECT TIMELINE 1. The El Paso County Contracts & Procurement Division will issue the Notice to Proceed upon final approval by the Board of County Commissioners. No work will commence prior to the receiving of Notice to Proceed letter from the Contracts and Procurement Division and coordinating with the County Representative. 2. Time is of the essence of this contract and in order to prevent delays in completion of this work, Contractor will start work upon Notice to Proceed and devote all necessary equipment, materials and labor required to complete all locations within the required time frame, without stopping County work for other projects. 3. If the Contractor finds it impossible for reasons beyond its control to complete the work within the allotted time, it may, at any time prior to the expiration of time allowed, make a written request to the County for an extension of time, setting forth therein the reasons it believes will justify the granting of its request. If the County finds that the work is delayed because of conditions beyond the control and without fault of the Contractor, he may extend the time for completion in an amount as conditions justify. Such authorized extension shall be in writing. I. RFP GENERAL INFORMATION AND SUBMISSION REQUIREMENTS 1. Inquiries Questions related to this Request for Proposals (RFP) must be directed to JoAnne Stone, C.P.P.B., Procurement Specialist, Procurement & Contracts Dept. at telephone: (719) 520-6675 or by e-mail: joannestone@elpasoco.com. All questions shall be submitted in writing. Do not contact any other individual regarding this solicitation. Final questions are due by no later than 1:00 PM, FRIDAY, AUGUST 2, 2013. Addendum answering questions received will be published on the week of August 5 th on our website. 2. Proposal Format A proposal shall contain the following information in the order listed: a) The Response Checklist (form included in this RFP package). b) Each Addendum acknowledgement signed for each addendum issued. The Addendum content does not need to be attached, just the acknowledgement page. c) Letter of Introduction containing company overview. d) Completed Table 1 and Table 2 here in. e) Proposal containing responses to Section F. PROPOSAL CONTENT. f) Any exceptions to the requirements in this document or a standard contract attached. If no exceptions, please state no exceptions. Please clearly indicate your exceptions with a requirement number or a contract paragraph number. g) Qualification Statement. h) Copies of requested insurance certificates.

Page 7 3. Fee Proposal Format a) Provide a cost estimate based on known factors at the time of the proposal is submitted. This cost estimate should explain in detail all costs that will be paid by the SO and all costs incurred by the Proposer at the time of implementation. Further detail should be included regarding cost recovery under a revenue sharing plan, if available. b) Cost of future enhancement as described in Section D. c) Provide information on annual support and maintenance, including costs based on purchase price and relevant licensing and revenue models. This should include information on the regular update and replacement of all components over time and any future software updates and upgrades. Information on future facility expansions should be included as part of this deliverable. d) Preferred payment method: Explain how you preferred to be paid (i.e. % upfront fee, periodic payments, fee attached to milestone etc.) 4. Proposal Submission Proposals must be received in the El Paso County Contracts & Procurement Division, 200 S Cascade Avenue, Suite 150, Colorado Springs, Colorado, no later than 1:00 PM, MOUNTAIN STANDARD TIME, TUESDAY, AUGUST 27, 2013. E-mailed or faxed responses will not be accepted. An original and six (6) copies of the Proposal must be mailed or delivered in a sealed envelope to the above stated address and identified as RFP No. 13-064: in the bottom lefthand corner of the envelope. Please identify the Original Proposal. It is not necessary to submit each proposal in a separate envelope. All documents except Fee Proposal may be submitted in one packet containing original, six (6) copies, public copy, and a CD. A Public Copy of the proposal should be submitted and identified as Public Copy. This copy will be available for public inspection and should not contain any information that the proposer deems confidential and proprietary. Proposers shall also submit one (1) digital version (CD) containing: entire proposal (including administer manual as specified in Section F), fee proposal, public copy of the proposal. An original and six (6) copies of the Fee Proposal must be mailed or delivered to be received at the same time as the proposal documents in a separate sealed envelope and identified as RFP No. 13-064 Fee Proposal in the bottom left-hand corner of the envelope. Please identify the Original Fee Proposal. It is not necessary to submit each fee proposal in a separate envelope. All price proposals may be submitted in one packet. Proposals shall be signed by an authorized representative of the proposer. Failure to submit the information requested may result in the El Paso County Contracts & Procurement Division requiring prompt submission of missing information and/or giving a lower evaluation of the proposal. The Contracts & Procurement Division may reject proposals which are substantially incomplete or lack key information. By submitting a proposal, you represent that you have (1) thoroughly examined and become familiar with the scope of services outlined in this RFP, and (2) are capable of performing quality work to achieve the County s objectives. 5. Oral Presentation/Interviews Firms submitting proposals in response to this RFP may be required to give an oral presentation of their proposal in an interview session with the Evaluation Committee. Additional information may be requested

Page 8 from any firm by the Evaluation Committee prior, during or after the interview for clarification purposes, but in no way will change the original proposal submitted. Interviews are at the option of the Evaluation Committee and may or may not be conducted. 6. RFP Estimated Timetable RFP ISSUED JULY 17 & JULY 24, 2013 MANDATORY PRE-PROPOSAL CONFERENCE 1 PM, TUESDAY, JULY 30, 2013 FINAL RFP QUESTIONS DUE 1 PM, FRIDAY, AUGUST 2, 2013 ADDENDUM PUBLISHED WEEK OF AUGUST 5 TH 2013 RFP DUE DATE 1 PM, TUESDAY, AUGUST 27, 2013 EVALUATION OF PROPOSALS WEEK OF SEPTEMBER 2 ND, 2013 INTERVIEWS, IF NECESSARY WEEK OF SEPTEMBER 2 ND, 2013 RECOMMENDATION OF AWARD TO BOCC END OF SEPTEMBER OR EARLY OCTOBER NOTE: THE ABOVE DATES ARE APPROXIMATE, ARE NOT BINDING AND ARE SUBJECT TO CHANGE. 7. Term of Contract Issuance of this RFP and receipt of proposals does not commit the County to award a contract. The County reserves the right to postpone opening, to accept or reject any or all proposals received in response to this RFP, or to negotiate with other than the highest ranked proposer should negotiations with the highest ranked proposer be terminated, or to cancel all or any part of this RFP. Award of a contract is contingent upon available and approved funding. Any contract awarded between El Paso County and the successful contractor(s) will consist of a Professional Services Contract (a copy of which is included in this RFP package) signed by both parties, this RFP and any addenda, the submitted proposal, all negotiation documents and the resulting Purchase Order and original certificates of insurance. If proposer does not agree with any terms or conditions of the County s standard Contract or this document, the proposer must present its exceptions to the standard contract with its proposal. If no concerns are expressed by proposer, the County shall consider that all terms and conditions of the standard contract will control. El Paso County reserves the right to reject proposals based upon exceptions to its standard contract terms and conditions. A proposal shall be disqualified and rejected by the County if the price in the proposal was not arrived at independently without collusion, consultation, communication, or agreement as to any matter relating to such prices with any other proposer, County employee, or any competitor. By submitting their proposal, the Proposer certifies that they are not currently debarred from submitting bids or proposals for Contracts by any agency of El Paso County, Colorado and/or the State of Colorado, nor are they an agent of any person or entity that is currently debarred from submitting bids or proposals on contracts by El Paso County, Colorado or the State of Colorado. 8. Insurance Requirements For proposal purposes, proposers must submit copies of its certificates of insurance for auto, general liability and workers compensation. The Successful Contractor must provide original certificates prior to commencing services, at its own expense, naming El Paso County as additional insured and as a certificate holder, with a thirty (30) day cancellation notice and maintain such coverage for the duration of the contract.

Page 9 9. Overall Selection Criteria The following factors (not listed in order of priority) will be considered when evaluating each proposal. The County reserves the right to consider other factors not named here in making its decision. a) Compliance with all items required on the Response Checklist. b) Detailed description of the proposed program plan to meet the needs of the SO as contained in proposer s responses to the Scope of Services Requirements in the RFP and any additional information provided by proposer. c) Proposer s experience, qualifications and references. d) Fee Proposal. 10. Evaluation and Award Process An Evaluation Committee comprised of personnel from any or all of the following Departments will evaluate all proposals: A. Sheriff s Office B. Other designated representatives The Evaluation Committee will evaluate all proposals received for completeness and the proposer s ability to meet or exceed all specifications as outlined in this RFP. The committee may then short list for interviews the specific firms whose proposals best meet or exceed all of the criteria required. The negotiations and award process will follow the procedures as outlined in the INSTRUCTIONS FOR SUBMITTING PROPOSALS. Any questions regarding this RFP should be directed to JoAnne Stone, Contracts & Procurement Division by e-mail to joannestone@elpasoco.com. JoAnne Stone JoAnne Stone, C.P.P.B. PROCUREMENT SPECIALIST

RFP NO. 13-064 DUE DATE: AUGUST 27, 2013 EL PASO COUNTY CONTRACTS & PROCUREMENT DIVISION QUALIFICATION STATEMENT FOR VIDEO VISITATION SYSTEM This statement will provide information which will enable the County to evaluate the qualifications of your firm and staff with regard to the requirements of this Request for Proposal. Please complete this form in its entirety and submit it (in the number of copies requested) along with the other required proposal documents. If a request in the Qualification Statement is contained in the proposal, indicate the section in the proposal where that information can be found. (PRINT) FIRM NAME: ADDRESS: CITY STATE ZIP: AUTHORIZED REPRESENTATIVE: TITLE: AUTHORIZED SIGNATURE: PHONE: E-MAIL ADDRESS: FAX: 1. TYPE OF BUSINESS 2. TYPE OF LICENSE LOCATION CORPORATION INDIVIDUAL PARTNERSHIP JOINT VENTURE OTHER: 3. TYPE OF SERVICE TO BE PROVIDED FOR RFP: 4. NUMBER OF YEARS IN BUSINESS: 5. ON A SEPARATE SHEET PROVIDE A BRIEF HISTORY OF YOUR FIRM, STAFF SIZE AND EXPERIENCE. SUBMIT A RESUME FOR EACH OF THE KEY PERSONNEL TO BE ASSIGNED TO THIS PROJECT. 6. WHAT OTHER NAME(S) HAS YOUR COMPANY OPERATED UNDER: 7. HAVE YOU OR YOUR FIRM EVER FAILED TO COMPLETE ANY WORK AWARDED TO YOU? YES NO IF YES, ON A SEPARATE SHEET EXPLAIN. 8. HAS ANY OFFICER OR PARTNER OF YOUR ORGANIZATION EVER BEEN AN OFFICER OR PARTNER OF ANOTHER ORGANIZATION THAT FAILED TO COMPLETE A CONTRACT WITHIN THE LAST FIVE (5) YEARS? YES NO IF YES, ON A SEPARATE SHEET EXPLAIN.

RFP 13-064 Due Date: August 27, 2013 Qualification Statement Page 2 9. HAS YOUR FIRM OR ANY PARTNERS OR OFFICERS EVER BEEN INVOLVED IN ANY BANKRUPTCY ACTION? YES NO IF YES, EXPLAIN: 10. ARE YOU PRESENTLY INVOLVED IN ANY LITIGATION WITH AN OWNER OR OTHER GOVERNMENT AGENCY? YES NO IF YES, ON A SEPARATE SHEET, EXPLAIN KIND, PLAINTIFF, DEFENDANT, ETC., AND STATE THE CURRENT STATUS. 11. BANK REFERENCE: ADDRESS: CONTACT: PHONE: 12. LIST THREE (3) SIMILAR PROJECTS FROM THE LAST FIVE YEARS NOTE: DETAILED INFORMATION ON THESE PROJECTS MAY ALSO BE REQUESTED IN THE RFP PACKAGE. 1. Location of Project: Size of Project: Contract Amount: Contact Name and Title: Contact Address: Contact telephone and FAX Numbers: 2. Location of Project: Size of Project: Contract Amount: Contact Name: Contact Address: Contact telephone and FAX Numbers: 3. Location of Project: Size of Project: Contract Amount: Contact Name: Contact Address: Contact telephone and FAX Numbers: 13. LIST CURRENT SIMILAR PROJECTS (LOCAL OR STATE-WIDE) UNDER CONTRACT- INCLUDE LOCATION OF PROJECT, SIZE OF PROJECT (CONTRACT AMOUNT) CONTACT NAME, ADDRESS, TELEPHONE NUMBERS. NOTE: DETAILED INFORMATION ON THESE PROJECTS MAY ALSO BE REQUESTED IN THE RFP PACKAGE. 1. Location of Project: Size of Project: Contract Amount: Contact Name and Title: Contact Address: Contact telephone and FAX Numbers: 2. Location of Project: Size of Project: Contract Amount: Contact Name and Title: Contact Address: Contact telephone and FAX Numbers:

RFP 13-064 Due Date: August 27, 2013 Qualification Statement Page 3 3. Location of Project: Size of Project: Contract Amount: Contact Name and Title: Contact Address: Contact telephone and FAX Numbers: 14. LIST OF SUB-CONTRACTORS TO BE USED FOR THIS PROJECT: (INCLUDE NAME, ADDRESS, TELEPHONE NUMBER, TYPE OF WORK) 1. Name: Address: Telephone Number: Type of Work: 2. Name: Address: Telephone Number: Type of Work: 3. Name: Address: Telephone Number: Type of Work: IF ADDITIONAL INFORMATION IS PROVIDED ON A SEPARATE SHEET FOR ANY OF THE ITEMS, CLEARLY SPECIFY WHERE IT CAN BE LOCATED IN YOUR PROPOSAL PACKAGE.