47
DRCP-15-2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 1 of 47 Version 7 Request for Proposal RFP NUMBER: DRCP-15-2033 DATE ISSUED: January 12, 2015 The Ohio Department of Rehabilitation and Correction is requesting proposals for: PHOTO IDENTIFICATION CAPTURE SYSTEM INQUIRY PERIOD BEGINS: January 12, 2015 INQUIRY PERIOD ENDS: February 9, 2015 OPENING DATE: February 18, 2015 OPENING TIME: 12:00 PM EST OPENING LOCATION: Ohio Department of Rehabilitation and Correction 770 West Broad Street, 4 th Floor Columbus OH 43222 ATTN: Yolanda Cooks, Contract Analyst This RFP consists of 47 pages with six (6) Parts and five (5) Attachments. Please verify you have a complete copy.

Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

Embed Size (px)

Citation preview

Page 1: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15-2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 1 of 47

Version 7

Request for Proposal

RFP NUMBER: DRCP-15-2033 DATE ISSUED: January 12, 2015

The Ohio Department of Rehabilitation and Correction is requesting proposals for:

PHOTO IDENTIFICATION CAPTURE SYSTEM

INQUIRY PERIOD BEGINS: January 12, 2015

INQUIRY PERIOD ENDS: February 9, 2015

OPENING DATE: February 18, 2015

OPENING TIME: 12:00 PM EST

OPENING LOCATION: Ohio Department of Rehabilitation and

Correction 770 West Broad Street, 4th Floor Columbus OH 43222

ATTN: Yolanda Cooks, Contract Analyst This RFP consists of 47 pages with six (6) Parts and five (5) Attachments. Please verify you have a complete copy.

Page 2: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 2 of 47

PART ONE: EXECUTIVE SUMMARY Purpose

The Ohio Department of Rehabilitation and Correction (ODRC) is seeking competitive sealed Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification Capture System (hereinafter referred to as the “Project”). If an acceptable Proposal is made in response to this Request for Proposal (hereinafter referred to as “RFP”), the ODRC may enter into a Contract (hereinafter referred to as “Contract”) to have the selected Offeror perform the Project. The initial term of the Contract is from the Contract effective date, which is when the Contract is signed by the ODRC and the Offeror through June 30, 2015. In the event the Contract is signed by the ODRC and Offeror on different dates, the later date shall control. The Contract may be renewed for an additional 40 months, which should be through the end of the initial three-year warranty period. At the end of the 40-month renewal period, based on ODRC accepting continued hardware and software maintenance, the Contract may be extended for up to five (5) years. This RFP provides details on what is required to submit a Proposal, how the Committee will evaluate the Proposals, and what will be required of the Offeror who executes a Contract (hereinafter referred to as “Contractor”).

Calendar of Events The following schedule is given to assist Offerors in responding to this RFP:

RFP Issued: January 12, 2015 Inquiry Period Begins: January 12, 2015 Inquiry Period Ends: February 12, 2015 Proposal Due Date: February 18, 2015, 12:00 P.M. Eastern Standard Time Tentative Contract Award: March 9, 2015 Effective Contract Date March 30, 2015 Structure of RFP The RFP is organized into six parts and has five attachments. The parts and attachments are listed below. Part One: Executive Summary Part Two: General Instructions Part Three: Scope of Work Part Four: Requirements for Proposal Part Five: Evaluation of Proposal and Contract Award Part Six: Proposal Evaluation Criteria Attachment One: Offeror Profile Summary Attachment Two: Declaration Statements Attachment Three: Purchase Contract (NOT completed for Proposal Submission.) Attachment Four: Installation Locations Attachment Five: Deliverables and Proposed Payment Summary

Page 3: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 3 of 47

ODRC Contract Representative The ODRC Contract Representative shall represent the ODRC in matters relating to this RFP and the Proposal process. The ODRC Contract Representative may be contacted as follows:

Attn: Yolanda Cooks, Contract Analyst DRC Office of Administration

770 West Broad Street Columbus, OH 43222

[email protected]

Contract Monitor Following Contract award and execution, a Contract Monitor shall be the Contractor’s primary point of contact for matters relating to the Contractor’s performance. The Contract Monitor may be contacted as follows:

Michelle Matheron Data Administration Manager 770 West Broad Street

Columbus, OH 43222 1-614-752-1306

[email protected] REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

Page 4: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 4 of 47

PART TWO: GENERAL INSTRUCTIONS

Inquiries Offerors may make inquiries or seek clarifications regarding this RFP any time during the inquiry period listed in the RFP Calendar of Events. To make an inquiry, Offerors must use the following process:

• Access the State Procurement web site at http://www.ohio.gov/procure; • From the Navigation Bar on the left, select “Find it Fast”; • Select “Doc/Bid/Schedule #” as the Type; • Enter the RFP Number found on Page 1 of the document (RFP Numbers begin with DRC

followed by a number); • Click the “Find It Fast” button; • On the document information page, click the “Submit Inquiry” button; • On the document inquiry page, complete the required “Personal Information” section by

providing: a. First and last name of the prospective Offeror’s representative who is responsible for

the inquiry; b. Name of the prospective Offeror; c. Representative’s business phone number; and d. Representative’s e-mail address.

• Type the inquiry in the space provided including: a. A reference to the relevant part of this RFP; b. The heading for the provision under question; and c. The page number of the RFP where the provision can be found.

• Click the “Submit” button.

Offerors submitting inquiries will receive an immediate acknowledgement that their inquiry has been received. Offerors will not receive a personalized e-mail response to their question nor will they receive notification when the question has been answered.

Offerors may view inquiries using the following process: • Access the State Procurement web site at http://www.ohio.gov/procure; • From the Navigation Bar on the left, select “Find it Fast”; • Select “Doc/Bid/Schedule #” as the Type; • Enter the RFP Number found on Page 1 of the document (RFP Numbers begin with DRC

followed by a number); • Click the “Find It Fast” button; • On the document information page, click the “View Q & A” button to display all inquiries with

responses submitted to date.

The ODRC will try to respond to all inquiries within 48 hours, excluding weekends and State holidays. But the ODRC will not respond to any inquiries received after 8:00 a.m. on the Inquiry Period End Date.

Inquiries and or requests for clarification about a specific portion of this RFP must reference the relevant Part and/or Attachment of this RFP and include the provision heading with the RFP page number.

Offerors who attempt to seek information or clarifications verbally will be directed to reduce their questions to writing in accordance with state purchasing policy. No other form of communication is acceptable, and use of any other form of communication or any attempt to communicate with ODRC staff or any other agency of the State to discuss the Proposal may result in the Offeror being deemed not responsive.

Page 5: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 5 of 47

Proposal Submission Requirements Each Offeror must submit four (4) complete, sealed, and signed copies of its Proposal to the ODRC Contract Representative at the address listed in Part One with the outside of each envelope clearly marked:

PHOTO IDENTIFICATION CAPTURE SYSTEM Proposals must be received by Ohio Department of Rehabilitation and Correction, Attention: Contract Administration; 770 West Broad Street; Columbus, Ohio 43222, no later than 12:00 p.m. Eastern Standard Time on the Proposal Due Date. The ODRC Contract Representative shall reject any Proposals or unauthorized Proposal amendments submitted after the Proposal Due Date. Each Offeror must carefully review the requirements of this RFP and the contents of its Proposal. Once the Proposal Due Date has passed, Proposals cannot be altered, except as allowed by this RFP. All Proposals and other submitted material shall be the property of the ODRC and shall not be returned. The Offeror should not include proprietary information in a Proposal because the ODRC maintains the right to use any materials or ideas submitted without compensation to the Offeror. Additionally, all Proposals will be open to the public after Contract award. The ODRC will retain a copy of all Proposals received as part of the Contract file for the term of the Contract. After the state-scheduled retention period, the ODRC Contract Representative may return, destroy, or otherwise dispose of the Proposals and copies. Proposal Instructions The ODRC requires clear and concise Proposals, and Offerors should take care to completely answer questions and meet the RFP’s requirements. Proposals must demonstrate an understanding of the requirements and show experience providing like services and the ability to meet the service requirements. The requirements for the Proposal's contents and formatting are contained in Part Four of this RFP. Any Offeror shall submit only one Proposal. The ODRC will not be liable for any costs incurred by any Offeror in responding to this RFP, even if the ODRC does not award a Contract through this process. The ODRC may decide not to award a Contract for the Project. It may also cancel this RFP and Contract for the Project through some other process or by issuing another RFP. Waiver of Defects The ODRC has the right to waive any defects in any Proposal or in the submission process followed by an Offeror, but the ODRC will only do so if it believes that it is in the ODRC's best interests and will not cause any material unfairness to other Offerors. Amendments to Proposals Amendments or withdrawals of Proposals are allowed until 12:00 p.m. Eastern Standard Time on the Proposal Due Date. No amendments or withdrawals will be permitted after the due date, except as expressly authorized by this RFP. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

Page 6: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 6 of 47

PART THREE: SCOPE OF WORK Background / General Requirements The Photo Identification Capture System currently used by the Ohio Department of Rehabilitation and Correction (ODRC) has been in place since 1996 with the latest update in 2010 to allow use of a new ID Card printer. That system is used to capture, store, and retrieve images and demographic data and to print identification materials for inmates and employees of the ODRC. Images and data are captured for each inmate when he or she is first incarcerated. Additional images and updated information are captured every 5 years, upon any change of appearance, or if an ID card is lost or stolen. For employees, images and data are captured at the time of initial employment, upon any change in work location, job title or position, or if an ID card is lost or stolen. All images and the demographic data at the time each image was captured are retained. ID cards produced by the system include barcodes and magnetic stripes and are used in conjunction with various scanning systems throughout the institutions, including security, time keeping, and access / location verification systems. Other identification materials produced include inmate identification sheets (photo with basic demographic information), escape flyers, and photo line-ups (up to six different images on one sheet with identifying information printed on a separate sheet). Employee identification sheets may also be produced. Application and database servers for the Project are housed at the State of Ohio Computer Center (SOCC) located in Columbus, Ohio. They are running Windows Server 2003 (Standard). Oracle Database 10g Enterprise Edition is used. Each correctional institution across the state has one Photo ID Capture Workstation (hereinafter refered to as “workstation” or “workstations”), except the Correctional Reception Center (CRC), has two workstations. In addition, the Operation Support Center (OSC) has three workstations. The workstations are running Windows XP. Device drivers for external components (camera, signature pad, and printer) are hard-coded in the software. Changes to any external component, therefore, are extremely costly and time-consuming. ODRC is seeking a Photo Identification Capture System as Windows XP is no longer supported, additional workstations are needed, various external components are beginning to fail, and the server environment is being virtualized. The Contractor shall replace the application and database software and provide a total of thirty-six (36) workstations and external components. The Project must be complete, including all hardware, software, and external components, such as cameras, flash units, and signature pads, to capture clear images and data and to retrieve, view, and print captured information in the manners specified. On-site installation, centralized training, and system support and maintenance for both software and hardware are also required. In addition, the Contractor shall convert all current images and data from the current Oracle database to a format compatible with the Photo Identification Capture System so historical images and data can still be retrieved and identification documents printed. ODRC will provide a Fargo HDP5000 Card Printer with dual-sided printing capabilities and USB cable at each site. ODRC will supply all electrical and network connections needed in the area to install each workstation. ODRC will also provide virtualized, load-balanced application and database servers, running Windows Server 20xx, and separate storage space for the captured elements.

Page 7: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 7 of 47

The Photo Identification Capture System/Project that is bid must capture, store, and retrieve images and data to produce various identification documents, including ID cards, ID sheets, and escape flyers.

The Contractor shall install application and database programs from ODRC’s Operation Support Center in Columbus, Ohio. The Contractor shall install workstations at each institution and at the Operation Support Center in Columbus as listed in Attachment Four, Installation Locations, which is attached hereto and incorporated herein. The Contractor shall provide training either the Operation Support Center, the Corrections Training Academy in Orient, Ohio, or the Training and Education Center in London, Ohio.

Detailed Project requirements (Components) are listed below. 1. Inmate Information. The System must interface with an SQL database (ITSQL5) that is

refreshed on a nightly basis to provide basic demographic information for inmates. The record key is the inmate number. The functionality required includes: A. The inmate information that must be pulled from ITSQL5 is:

i. Inmate number – an alpha-numeric string, starting with an A, R, or W prefix, followed by six digits, a period and a two-zero suffix (e.g., A123456.00, R012345.00, W098765.00)

Note the format for future inmate numbers may be changed to include a different prefix, suffix, or number layout (7 to 12 digits). The Project must be capable of being adjusted to accommodate the possible future inmate number formats.

ii. Last, first, and middle names in separate fields iii. Date of birth iv. Social security number (must be masked on screen)

B. The inmate information that must be captured and placed in ITSQL5 is: i. Alias last, first, and middle names, if applicable, with each name in a separate field ii. Eye color (from drop down list) iii. Hair color (from drop down list) iv. Height v. Weight vi. Race (from drop down list) vii. Gender (from drop down list)

C. Images for inmates that must be captured and stored on an ODRC networked server / SAN in a location other than ITSQL5 are:

i. Front portrait (minimum of entire head and most of neck) ii. Left profile (minimum of entire head and most of neck) iii. Right profile (minimum of entire head and most of neck) iv. Signature

D. Inmate images must be stored in separate locations, based on the prefix and first digit of the inmate number.

E. The inmate identification documents that must be produced using inmate data and captured images include:

i. Inmate ID Card with a Code 39 barcode of the inmate number ii. Released Offender ID Card iii. Escape Flyer iv. Identification Sheet, including portrait, one profile, name, and basic demographics v. Photo Line-Up Sheet of up to six different inmate portraits on a single sheet with

identifying information on a second sheet, corresponding to the portraits F. If information cannot be pulled from ITSQL5, the system must be able to produce a

temporary inmate identification card that includes the following information: i. Inmate number ii. Inmate name – first, middle, and last – which must be stored as separate fields

Page 8: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 8 of 47

iii. Front portrait (minimum of entire head and most of neck)

2. Employee Information. The Systems must interface with an SQL database (ITSQL5) that is refreshed on a nightly basis to provide basic demographic information for employees using a ten-digit decimal field type as the record key. The functionality required includes: A. The employee information that must be captured and placed in ITSQL5 is:

i. Employee ID number (up to ten digits) ii. Employee name – first, middle, and last – which must be stored as separate fields iii. Date of birth iv. Eye color (from drop down list) v. Hair color (from drop down list) vi. Height vii. Weight viii. Race (multiple selections must be allowed) ix. Ethnicity (from drop down list) x. Gender (from drop down list) xi. Home address (street, city, state, zip) xii. Home phone xiii. Work phone xiv. Emergency contact phone xv. Job title (from drop down list) xvi. Work location xvii. Termination date xviii. Expiration date xix. Issue date xx. Card color (from drop down list, which determines what template is used) xxi. Card number

B. Images for employees that must be captured and stored on an ODRC networked server / SAN in a location other than ITSQL5 are;

i. Front portrait (minimum of entire head and most of neck) ii. Signature

C. Employee Outputs i. Employee ID Card (one of 20 standard templates), including an Interleaved 2 of 5

barcode of the employee ID number ii. Identification Sheet, including portrait, name, and basic demographics

3. Complete System Required. The Project must be complete, including all hardware, software,

and external components, such as cameras, flash units, and signature pads, to capture clear images and data and to retrieve, view, and print captured information in the manners specified. In addition: A. ODRC must be able to replace any external component with any other brand or model of

the component that uses the same type of interface (e.g., USB port) as the component that was originally provided, simply by installing the appropriate driver/s for the component and the workstation’s operating system.

B. Drivers for external components must not be hard-coded into the Project software. C. Additional Drivers. The Project must allow ODRC staff to install additional drivers for other

components, such as a local or networked paper printer.

4. ID Card Printer Compatibility. The Project must be compatible with the Fargo HDP5000 Card Printers and be initially configured to use that printer to produce ID cards.

5. Cameras and Flash Units. Cameras and flash units must be securely housed and mounted to

ensure they cannot be damaged, destroyed, or made inoperable by inmates who may attempt to use the components as weapons. The units provided must include:

Page 9: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 9 of 47

A. Automatic focus and automatic flash B. Pan and tilt adjustments to center the image and allow image capture for persons ranging in

height from 3’ to 7’6” C. Minimum image size of 100kb

6. Workstation Configuration. The minimum computer hardware configuration requirements for

each workstation are as follows: A. Dual 2.87 GHz processors or 3.2 to 3.75 GHz single processors with 4 GB addressable

memory B. Two (2) GB RAM C. Two (2) physical hard drives

i) 40 GB - used for operating system ii) 100 GB - used for applications and temporary image storage if necessary

D. Video card capable of minimum 1600x1024 resolution, 1 GB Memory E. 19” LCD display F. One (1) network interface card G. Operating system must be one of the following:

i) Windows 7 ii) Apple OS X iii) Linux

H. At least one (1) available USB port, other than those used for the Fargo HDP5000 printer, keyboard, mouse, camera, signature capture device, and other system-required external components.

7. Workstation Installation. The Contractor is responsible for:

A. Installing a Photo Identification Capture Workstation at each site; B. Testing each installed workstation to ensure it works with the Fargo HDP5000 printer at

each site; C. Providing training materials, including a users’ manual, for each site; D. Providing two (2) Train-the-Trainer training sessions at the Operation Support Center in

Columbus, the Corrections Training Academy in Orient, or the Training and Education Center in London for up to 40 people per session;

E. Providing installation DVDs so ODRC can install the software on additional workstations as necessary.

8. Application and Database Programs. The Contractor is responsible for:

A. Installing the programs from the Operation Support Center or at the State of Ohio Computer Center; and

B. Testing the programs for access. C. Using Microsoft SQL Server (2008 or Higher) with a normalized database concept. D. Using an industry standard programming such as .NET C#, JAVA, JQuery, or other

standard languages that must be disclosed at time of bid. ODRC has the right to refuse if programming language is not supported by ODRC current knowledge base.

E. Providing ODRC with a complete detailed database mapping and documented procedure to locate ODRC data for replications to other internal ODRC applications.

F. Providing ODRC with programming source copies as a safeguard for unfortunate cases of Contractor bankruptcy or disruption of State business. The Source code must be provided before any deployments to production occur, including bug fixes, major releases, or minor releases.

G. Providing deployment and setup instructions for application and associated processes needed to make the system production ready.

H. Providing an application that is flexible and customized to meet the full intended needs of ODRC. This is not a one-size-fits-all system.

Page 10: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 10 of 47

I. Providing detailed documentation for backing up the database and any file system files. Providing detailed documents on:

i. Restore testing procedures ii. Restore for production emergencies

9. Manuals and Software Licenses. The Project must include all manuals and licensed software. 10. Software Support. Software updates, including enhancements and patches, for operating

systems and anti-virus software shall be provided during an initial three-year warranty period that begins on the date of acceptance by ODRC of the last successfully installed and tested workstation.

11. Hardware Support. Repair or replacement support for all items of hardware must be provided.

In addition: A. All items of hardware shall include an initial three-year warranty that begins on the date of

acceptance by ODRC of the last successfully installed and tested workstation. B. The warranty shall provide for all required repairs or replacements, including parts, labor,

and shipping, to be provided at no expense to ODRC.

12. Help Desk Support. Full maintenance support for Project devices, including workstations, software, and key peripherals shall include “Help Desk” support providing customer access to the Contractor’s technician qualified to trouble-shoot and accomplish problem resolution. Access to the Contractor’s Help Desk shall: A. Be a minimum of normal business hours (8am-5pm Eastern Time). Access from 5am-5pm

Eastern Time is preferred. B. Include a toll-free telephone and internet email. C. Result in initial action by the Contractor within four (4) hours of initial notification of a

problem by ODRC. 13. Substantial Assistance. The Contractor shall provide substantial assistance within eight (8)

hours of initial notification, and must have a technician qualified to resolve the problem on-site not later than noon (Eastern Time) on the second business day following initial notification. Replacement hardware or peripherals shall be installed and operational on-site not later than close of business on the third business day following notification. Ideally, replacement devices or key peripherals will be installed and operational on-site not later than close of business the second business day following notification. Ideally, the Contractor will provide substantial assistance within four (4) hours of initial notification. Alternatively, the Contractor may opt to ship replacement hardware or peripherals and detailed installation instructions in lieu of providing a technician on-site. Toll-free telephone support must be available to assist with installation if required by the site.

14. Data Conversion. Contractor must convert current images and data to a format compatible

with the Project with the following parameters: A. All images must be kept B. Only logical deletes will be approved C. Images must be available in .jpg format for use by other ODRC applications D. A historical lookup to compare new and older images must be incorporated E. Users must be able to retrieve and print any of the historical images or data as needed

15. Logical Delete Utility. A utility to logically mark as deleted any incorrect images must be provided. The utility must have a verification component that requires the user to confirm the requested (logical) deletion is actually correct.

Page 11: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 11 of 47

16. System Security. The Project must provide multiple security levels to restrict access to various parts of the System. One user may have one or more access levels. The access levels must include: A. Inmate ID capture / create access – capture, retrieve, edit, print only inmate ID information B. Inmate ID retrieve / view only access – retrieve and print only inmate ID information C. Employee ID capture / create access – capture, retrieve, edit, print only employee ID

information D. Employee ID retrieve / view only access – retrieve and print only employee ID information E. Logical delete utility access F. User maintenance access – create, edit, inactivate users; set initial passwords; must have

search function; sortable list function – by access level/s; active; inactive G. Settings access – add, edit, inactivate job titles H. System level access – application maintenance – modify drop down lists, site names,

badge templates, etc. 17. Password Requirements. User passwords for the Project must meet or exceed the following

security standards: A. Minimum of eight (08) characters in length; B. Contain at least one upper case letter; C. Contain at least one special character (e.g. !,@, #, $, %, ^, &, *); D. Not contain personal user identifiers (e.g. SSN, DOB, telephone number, part of a user

name); E. Must be changed every 90 days.

There must be an automatic user registration for access to a user-initiated password reset. Initial setup should only have to be done once. If a user forgets their password, they must be able to reset it without needing to contact a help desk or user service center.

18. Other. The Project will provide:

A. A method by which users can import images and signatures of inmates who cannot go through the Receiving & Discharge or Identification Department.

B. A method by which ODRC can add, edit, and make inactive individual elements for drop down boxes for certain exclusive fields, including the following:

i. Job titles ii. Gender iii. Ethnicity iv. Eye color v. Hair color

C. Multiple selection boxes or radio buttons to allow multiple race categories to be selected for a single employee,

D. A method by which ODRC can determine at what site (institution) an image was captured. E. Methods by which ODRC can add, edit, change, and specify information to be printed on

the back of: i. Inmate ID cards ii. Employee ID cards

F. A method by which users can select whether or not to print ODRC-specified information on the back of:

i. Inmate ID cards ii. Employee ID cards

G. Methods for ODRC to create and edit ID card templates for offenders, including at least: i. Inmate ID card ii. Released Offender ID card iii. Inmate Temporary ID card

Page 12: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 12 of 47

H. Methods for ODRC to create and edit at least twenty (20) different ID card templates for Employees.

i. Allow authorized users to select the appropriate Employee template prior to printing and saving the record

ii. Restrict use of specific Employee templates to certain sites and user profiles The following Project information must be provided to ODRC: 1. Storage and Backup Requirements. Offeror must detail what storage and backup is required for

the System.

2. Schedule. All systems must be installed, tested, and operational before October 30, 2015. A schedule for installation, configuration, testing, and training for each of the institutions and the Operation Support Center must be provided. Entrance authorization for employees or other staff may be delayed, and possibly canceled, on any given day if necessary to maintain institution security. Access to the institutions must be coordinated with the institution identification and infrastructure staff.

3. Continued Maintenance. Continued maintenance plans must be structured by the Offeror to

provide options, beyond the initial warranty period for all hardware and software proposed, as follows: A. Costs for continued hardware and software maintenance and support must be listed in

increments of one year for five years beyond the initial 3-year warranty period. B. The Project must continue to operate even if ODRC chooses not to contract for hardware or

software maintenance with the Contractor beyond the initial 3-year warranty period. 4. Contact Information. Offeror must provide ODRC with point of contact information for the

person(s) designated to manage any ODRC issues or concerns with the Project (Project Manager). If the Project Manager(s) changes, the ODRC must be advised within two weeks of the change and provided with the new information.

5. Deliverables and Proposed Payment Summary (Attachment Five). On Attachment Five,

Offeror must provide the ODRC with a list of deliverables, expected delivery dates, and proposed payments (in dollar amounts and cumulative percent of total price) upon the ODRC’s acceptance of the deliverables. The Project should be completed no later than October 30, 2015.

REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

Page 13: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 13 of 47

PART FOUR: REQUIREMENTS FOR PROPOSAL

Proposal Format Each Proposal shall respond to every request for information in this RFP whether the request requires a simple “yes” or “no” or a detailed explanation. These instructions describe the required format for a responsive Proposal. All required specifications must be met for the Offeror and Proposal to be considered responsive. The Offeror may include any additional information it believes is relevant. All pages, except pre-printed technical inserts shall be sequentially numbered. The Proposal shall be organized in the following order and contain the following information. Failure of the Offeror to provide any of the following items may result in rejection of the Proposal:

1. Cover Letter;

2. Description of Offeror’s Scope of Work, Offeror’s Knowledge, Skills, and Abilities, Price

Proposal, and Required Information;

3. Attachment One Offeror Profile Summary;

4. Attachment Two Declaration Statements; and

5. Attachment Five Deliverables and Proposed Payment Summary

1. Cover Letter The Offeror must include a standard business letter signed by an individual authorized to legally bind the Offeror. The Offeror must be engaged in the business of providing the same or similar services.

The Letter shall also include:

a. General company profile including a description of the Offeror’s legal structure (e.g., corporation, partnership) and number of employees;

b. The address of the Offeror’s home office; and

The name, telephone number, fax number and electronic-mail address of a contact person who has authority to answer questions regarding the Proposal and receive notices following Contract award. Included with the Letter must be IRS Form W-9, complete with company information.

2. Description of Offeror’s Scope of Work, Offeror’s Knowledge, Skills, and Abilities, Price

Proposal, and Required Information; The Offeror must fully describe its approach, method, specific steps, and schedule for each of the requirements and deliverables in Part Three, Scope of Work of this RFP. To perform the scope of work successfully, the Offeror shall demonstrate in its Proposal that it has the education, experience, knowledge, skills, and abilities to be able to perform in accordance with the requirements listed in Part Three. This section shall also include any specific requirements or expectations of performance on behalf of the staff of ODRC. The pricing shall include all travel and incidentals. The ODRC will not be liable for any costs of providing the Project the Offeror does not identify in Attachment Five of this RFP. The total price for the Project shall include all costs for providing the Project through the three-year warranty period beginning upon DRC’s acceptance of the Project. The price for hardware and software maintenance beyond the three-year warranty period shall be disclosed as required immediately below. The following required information shall be provided in the Proposal, otherwise the Offeror will be considered non-responsive which may lead to rejection of the Proposal.

Page 14: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 14 of 47

a. Storage and Backup Requirements. Offeror must detail what storage and backup is

required for the Project. b. Schedule. A schedule for installation, configuration, testing, and training for each of the

institutions and the Operation Support Center must be provided. Entrance authorization for employees or other staff may be delayed, and possibly canceled, on any given day if necessary to maintain institution security; however, this event is rare. Access to the institutions must be coordinated with the institution identification and infrastructure staff.

c. Continued Maintenance and Support. Continued maintenance plans must be structured by

the Offeror to provide options, beyond the three year warranty period for all Project hardware and software, as follows:

i. Costs for continued hardware and software maintenance and support must be listed

in increments of one year for five years beyond the initial three-year warranty period.

ii. The Project must continue to operate even if the ODRC chooses not to purchase and contract for hardware or software maintenance with the Contractor beyond the initial three-year warranty period.

3. Offeror Profile Summary Using Attachment One, the Offeror must show evidence of meeting

the requirements in Part Three, Scope of Work and Offeror’s Knowledge, Skills, and Abilities of this RFP, and contract experience providing the same or similar services at sites comparable to the ODRC, such as state departments of correction and large city or county correctional operations. The information must be clearly identified and three references provided from those listed on Attachment One. Attachment One may be copied if additional space is needed. Further, the Offeror shall identify the Project Manager designated to manage any ODRC issues or concerns with the Project and Project Team Members who will be assigned to this Project through the initial three-year warranty period. For each identified person, please provide a resume, including their experience with a project of similar requirements.

4. Declaration Statements The Offeror must submit, along with their response, a completed

Attachment Two: Declaration Statements.

5. Deliverables and Proposed Payment Summary Using Attachment Five, the Offeror must submit a schedule with a Project completion date no later than October 30, 2015 (all workstations installed, tested, and accepted). Offeror must provide ODRC with a list of deliverables and proposed payments (in dollar amounts and cumulative percent of total price) requested upon acceptance of the deliverable. Proposed payments should be reasonable in relation to the deliverables provided. Negotiation of the proposed payments may occur if payments are not reasonably related to the deliverables.

REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

Page 15: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 15 of 47

PART FIVE: EVALUATION OF PROPOSAL and CONTRACT AWARD

Evaluation of Proposal Process The evaluation process may consist of up to five distinct phases:

1. Initial Review; 2. Committee's Evaluation of the Proposals; 3. Offeror’s Performance History with Other Jurisdictions; 4. Request for More Information/Presentations/Interviews; and 5. Contract Negotiations.

It is within the purview of the evaluation committee to decide whether phases four and / or five are necessary. The evaluation committee has the right to eliminate or add phases if the committee believes doing so will improve the evaluation process.

It is the intent of ODRC, as a result of this RFP, to make an award to one Offeror. ODRC reserves the right to award in the best interest of the ODRC.

1. Initial Review a. Format and Completeness

The ODRC Contract Representative will review all timely-submitted Proposals for format and completeness and may reject any incorrectly formatted or incomplete Proposal. The ODRC Contract Representative may waive any non-material defects and allow an Offeror to submit corrections which: do not cause any material unfairness to other Offerors, do not create an unfair competitive advantage for the Offeror that is not allowed to other Offerors, and are in ODRC’s best interests.

The ODRC Contract Representative will forward all timely-submitted, properly formatted, and complete Proposals to the Evaluation Committee.

b. Rejection of Proposals

A late proposal shall be immediately rejected and will neither be opened nor evaluated.

ODRC may reject any Proposal that is not in the required format, is incomplete and does not address all the requirements of this RFP, or that ODRC believes is excessive in price or otherwise not in its interests to consider or accept. Additionally, ODRC may cancel this RFP, reject all the Proposals, and seek services through a new RFP or other means.

2. Committee’s Evaluation of the Proposals

a. Clarifications & Corrections During the evaluation process, the evaluation committee may request clarifications from

any Offeror under consideration and may give any Offeror the opportunity to correct defects in its Proposal if ODRC believes doing so does not result in an unfair advantage for the Offeror and it is in ODRC’s best interests.

During the evaluation process, unless clarifying information is requested by ODRC as

part of the evaluation process, any attempt on the part of the Offeror, the Offeror’s agent(s), or any party representing the Offeror, to submit correspondence that is determined by ODRC to be an attempt to compromise the impartiality of the evaluation, or any attempt on the part of the Offeror to communicate with any member of the ODRC regarding the evaluation process may be grounds for immediate disqualification of the Offeror.

b. Committee Review of the Proposals

Page 16: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 16 of 47

The Evaluation Committee will evaluate and award points to each Proposal that passes initial review. The point awards will be according to the criteria contained in Part Six of this RFP. The Committee reserves the right to seek reviews or the advice of other State personnel with technical or professional experience that relates to this RFP. The Committee may adopt or reject any recommendations it receives from such reviews and advice or give them such weight as the Committee believes is appropriate. The evaluation will result in a point total being calculated for each Proposal.

The Committee will meet and review each Offeror’s awarded points and come to an agreement on a Required Components Point Total. Additional points may be awarded to each Offeror based on its proposed price through the initial three-year warranty (Price Points). The Required Components Point Total and the Price Points will be combined to obtain each Offeror’s Total Combined Points. The Offeror with the highest Total Combined Points shall be considered the highest ranked and may determine contract award if the Offeror is also considered responsive and responsible. Offerors will be considered responsive by fully completing and submitting the information required by this RFP and considered responsible based on past contract performance as identified by the Committee’s use of the information provided in Attachment One, Offeror Profile Summary. The Committee may also determine that interviews/presentations are necessary to select the highest ranked. In that event, the highest ranked proposers may be contacted to meet with the Committee.

3. Offeror’s Performance History with Other Jurisdictions

All information sought by the Committee to evaluate Offeror’s responsibility shall be obtained in a manner such that no Offeror is provided an unfair competitive advantage. The Committee shall use Attachment One, Offeror Profile Summary, to conduct a responsibility evaluation for the Offeror whose Proposal is the highest ranking. The responsibility evaluation will measure the length of experience selected entities listed in Attachment One had with the Offeror and the Offeror’s assumption of responsibility during their contract period (fulfillment of contractual responsibility).

4. Request for More Information

a. Interviews, Presentations and Demonstrations The Committee may require an Offeror to interview with the Committee regarding its Proposal. Such interviews, presentations, and demonstrations provide the Offeror an opportunity to clarify its Proposal and to ensure a mutual understanding of the RFP content. These interviews, presentations, and demonstrations will be scheduled at the convenience and discretion of the Committee. This phase of the evaluation is not an opportunity for the Offeror to engage in any negotiations over the form of the Proposal or required scope of the work. After all meetings are completed the Committee, using the same evaluation criteria, may revise the rank of the proposals based on the interviews, presentations, and demonstrations. At that point, the Proposal with the highest rank will determine the contract award.

b. Background Investigations

Page 17: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 17 of 47

Background investigations will be performed in accordance with ODRC Policy 34-PRO-07 VI.B.2. available from the ODRC website at http://www.drc.ohio.gov/web/drc_policies/drc_policies.htm.

c. Financial Ability The Evaluation Committee may insist that an Offeror submit financial documents for the past three years if the evaluation committee is concerned that an Offeror may not have the financial ability to carry out the Contract. This is not an essential element of the initial evaluation phase, but may be requested at any time. If the Evaluation Committee finds that the Offeror is not adequate they may reject the Proposal despite its other merits.

5. Contract Negotiations

a. Negotiations It is entirely within the discretion of the Evaluation Committee, with the advice of ODRC Legal Counsel, to permit negotiations. The Committee is free to limit negotiations to the Offeror of the highest-ranked Proposal and to limit negotiations to a particular aspect of a Proposal. An Offeror must not submit a Proposal assuming there will be an opportunity to negotiate any aspect of the Proposal. Negotiation of the proposed payments

may occur if payments are not reasonably related to the deliverables. If the Committee chooses to negotiate, the selected Offeror must negotiate in good faith. If negotiations are unsuccessful with the Offeror of the highest-ranked Proposal, the Committee may then choose to negotiate with the next highest ranking Offeror if considered responsive and responsible.

Any clarifications, corrections, or negotiated revisions that may occur during the negotiation phase will be reduced to writing and be amended in the RFP, the Offeror’s Proposal, or the Contract, as appropriate.

b. Failure to Negotiate

If an Offeror fails to provide the necessary information for negotiations in a timely manner, or fails to negotiate in good faith, ODRC may terminate negotiations with that Offeror and begin negotiations with the next Offeror in order of rank if the Offeror is considered responsive and responsible.

Contract Award The contract award process consists of two distinct phases:

1. Notification of Award / Non-Award; and 2. Contract Award.

It is the intent of ODRC, as a result of this RFP, to make an award to one Contractor for required services as stated in the scope of work requirements outlined in Part Three of this RFP.

1. Notification of Award / Non-Award In awarding the Contract, ODRC will issue an award letter to the selected Offeror. The Contract will not be binding on the ODRC until the ODRC’s duly authorized representatives signs the Contract, ODRC issues a purchase order and all other prerequisites identified in the Contract have occurred. The selected Offeror will receive an executed copy of the Contract and purchase order.

ODRC will issue a non-award letter to all non-selected Offerors.

Page 18: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 18 of 47

2. Contract Award If this RFP results in a Contract award, the Contract will include this RFP, written amendments to this RFP, the Offeror's Proposal, and written, authorized amendments to the Offeror's Proposal. These Contract documents will be attached and incorporated into the Purchase Contract provided in Attachment Three. This Contract may also include any materials attached and incorporated in the above documents. The general terms and conditions for the Contract are contained in the Purchase Contract. If there are conflicting provisions between the documents that make up the Contract, the order of preference for the documents is as follows:

1. The Contract; 2. This RFP, as amended;

3. The documents and materials attached and incorporated in the RFP; 4. The Offeror's Proposal, as amended; and 5. The documents and materials attached and incorporated in the Offeror's

Proposal. Notwithstanding the order listed above, any amendments issued after the Contract is

executed may expressly change the provisions of the Contract. If they do so expressly, then the most recent amendment will take precedence over anything else that is part of the Contract.

REMAINDER OF PAGE INTENTIONALLY LEFT BLANK

Page 19: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 19 of 47

PART SIX: PROPOSAL EVALUATION CRITERIA

Proposal Evaluation Criteria In the Proposal evaluation phase, the Evaluation Committee will rate the Proposals submitted in response to this RFP based on the following criteria and points assigned to each criterion:

REQUIRED COMPONENTS = 400 Possible Points MEETS DOES NOT MEET 1. Inmate Information. The System must interface with an SQL

database (ITSQL5) that is refreshed on a nightly basis to provide basic demographic information for inmates. The record key is the inmate number. The functionality required includes:

N/A N/A

A. The inmate information that must be pulled from ITSQL5 is: N/A N/A i. Inmate number – an alpha-numeric string, starting with

an A, R, or W prefix, followed by six digits, a period and a two-zero suffix (e.g., A123456.00, R012345.00, W098765.00) Note the format for future inmate numbers may be changed to include a different prefix, suffix, or number layout (7 to 12 digits). The Project must be capable of being adjusted to accommodate the possible future inmate number formats.

5 0

ii. Last, first, and middle names in separate fields 1 0 iii. Date of birth 1 0 iv. Social security number (must be masked on screen) 7 0

B. The inmate information that must be captured and placed in ITSQL5 is:

N/A N/A

i. Alias last, first, and middle names, if applicable, with each name in a separate field

1 0

ii. Eye color (from drop down list) 1 0 iii. Hair color (from drop down list) 1 0 iv. Height 1 0 v. Weight 1 0 vi. Race (from drop down list) 1 0 vii. Gender (from drop down list) 1 0

C. Images for inmates that must be captured and stored on an ODRC networked server / SAN in a location other than ITSQL5 are:

N/A N/A

i. Front portrait (minimum of entire head and most of neck) 1 0 ii. Left profile (minimum of entire head and most of neck) 1 0 iii. Right profile (minimum of entire head and most of neck) 1 0 iv. Signature 1 0

D. Inmate images must be stored in separate locations, based on the prefix and first digit of the inmate number.

5 0

E. The inmate identification documents that must be produced using inmate data and captured images include:

N/A N/A

i. Inmate ID Card with a Code 39 barcode of the inmate number

5 0

ii. Released Offender ID Card 5 0 iii. Escape Flyer 1 0 iv. Identification Sheet, including portrait, one profile, name,

and basic demographics 1 0

v. Photo Line-Up Sheet of up to six different inmate portraits on a single sheet with identifying information on

1 0

Page 20: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 20 of 47

a second sheet, corresponding to the portraits F. If information cannot be pulled from ITSQL5, the system must

be able to produce a temporary inmate identification card that includes the following information:

N/A N/A

i. Inmate number 1 0 ii. Inmate name – first, middle, and last – which must be

stored as separate fields 1 0

iii. Front portrait (minimum of entire head and most of neck) 1 0 2. Employee Information. The Systems must interface with an SQL

database (ITSQL5) that is refreshed on a nightly basis to provide basic demographic information for employees using a ten-digit decimal field type as the record key. The functionality required includes:

N/A N/A

A. The employee information that must be captured and placed in ITSQL5 is:

N/A N/A

i. Employee ID number (up to ten digits) 3 0 ii. Employee name – first, middle, and last – which must

be stored as separate fields 1 0

iii. Date of birth 1 0 iv. Eye color (from drop down list) 1 0 v. Hair color (from drop down list) 1 0 vi. Height 1 0 vii. Weight 1 0 viii. Race (multiple selections must be allowed) 3 0 ix. Ethnicity (from drop down list) 1 0 x. Gender (from drop down list) 1 0 xi. Home address (street, city, state, zip) 1 0 xii. Home phone 1 0 xiii. Work phone 1 0 xiv. Emergency contact phone 1 0 xv. Job title (from drop down list) 1 0 xvi. Work location 1 0 xvii. Termination date 1 0 xviii. Expiration date 1 0 xix. Issue date 1 0 xx. Card color (from drop down list, which determines what

template is used) 1 0

xxi. Card number 1 0 B. Images for employees that must be captured and stored on an

ODRC networked server / SAN in a location other than ITSQL5 are;

N/A N/A

i. Front portrait (minimum of entire head and most of neck) 1 0 ii. Signature 1 0

C. Employee Outputs N/A N/A i. Employee ID Card (one of 20 standard templates),

including an Interleaved 2 of 5 barcode of the employee ID number

5 0

ii. Identification Sheet, including portrait, name, and basic demographics

1 0

3. Complete System Required. The Project must be complete,

including all hardware, software, and external components, such as 20 0

Page 21: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 21 of 47

cameras, flash units, and signature pads, to capture clear images and data and to retrieve, view, and print captured information in the manners specified. In addition: A. ODRC must be able to replace any external component with

any other brand or model of the component that uses the same type of interface (e.g., USB port) as the component that was originally provided, simply by installing the appropriate driver/s for the replacement component and the workstation’s operating system.

7 0

B. Drivers for external components must not be hard-coded into the Project software.

7 0

C. Additional Drivers. The Project must allow ODRC staff to install additional drivers for other components, such as a local or networked paper printer.

5 0

4. ID Card Printer Compatibility. The Project must be compatible with

the Fargo HDP5000 Card Printers and be initially configured to use that printer to produce ID cards.

5 0

5. Cameras and Flash Units. Cameras and flash units must be

securely housed and mounted to ensure they cannot be damaged, destroyed, or made inoperable by inmates who may attempt to use the components as weapons. The units provided must include:

1 0

A. Automatic focus and automatic flash 1 0 B. Pan and tilt adjustments to center the image and allow image

capture for persons ranging in height from 3’ to 7’6” 1 0

C. Minimum image size of 100kb 1 0

6. Workstation Configuration. The minimum computer hardware configuration requirements for each workstation are as follows:

N/A N/A

A. Dual 2.87 GHz processors or 3.2 to 3.75 GHz single processors with 4 GB addressable memory

1 0

B. Two (2) GB RAM 1 0 C. Two (2) physical hard drives N/A N/A

i) 40 GB - used for operating system 1 0 ii) 100 GB - used for applications and temporary image

storage if necessary 1 0

D. Video card capable of minimum 1600x1024 resolution, 1 GB Memory

1 0

E. 19” LCD display 1 0 F. One (1) network interface card 1 0 G. Operating system must be one of the following: 7 0

i) Windows 7 N/A N/A ii) Apple OS X N/A N/A iii) Linux N/A N/A

H. At least one (1) available USB port, other than those used for the Fargo HDP5000 printer, keyboard, mouse, camera, signature capture device, and other system-required external components.

1 0

7. Workstation Installation. The Contractor is responsible for: N/A N/A

A. Installing a Photo Identification Capture Workstation at each site;

1 0

Page 22: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 22 of 47

B. Testing each installed workstation to ensure it works with the Fargo HDP5000 printer at each site;

5 0

C. Providing training materials, including a users’ manual, for each site;

1 0

D. Providing two (2) Train-the-Trainer training sessions at the Operation Support Center in Columbus, the Corrections Training Academy in Orient, or the Training and Education Center in London for up to 40 people per session;

3 0

E. Providing installation DVDs so ODRC can install the software on additional workstations as necessary.

10 0

8. Application and Database Programs. The Contractor is responsible

for: N/A N/A

A. Installing the programs from the Operation Support Center or at the State of Ohio Computer Center; and

3 0

B. Testing the programs for access. 5 0 C. Using Microsoft SQL Server (2008 or Higher) with a normalized

database concept. 5 0

D. Using an industry standard programming such as .NET C#, JAVA, JQuery, or other standard languages that must be disclosed at time of bid. ODRC has the right to refuse if programming language is not supported by ODRC current knowledge base.

5 0

E. Providing ODRC with a complete detailed database mapping and documented procedure to locate ODRC data for replications to other internal ODRC applications.

5 0

F. Providing ODRC with programming source copies as a safeguard for unfortunate cases of Contractor bankruptcy or disruption of State business. The Source code must be provided before any deployments to production occur, including bug fixes, major releases, or minor releases.

5 0

G. Providing deployment and setup instructions for application and associated processes needed to make the system production ready.

5 0

H. Providing an application that is flexible and customized to meet the full intended needs of ODRC. This is not a one-size-fits-all system.

15 0

I. Providing detailed documentation for backing up the database and any file system files. Providing detailed documents on:

5 0

i. Restore testing procedures 5 0 ii. Restore for production emergencies 5 0

9. Manuals and Software Licenses. The Project must include all

manuals and licensed software. 5 0

10. Software Support. Software updates, including enhancements and

patches, for operating systems and anti-virus software shall be provided during an initial three-year warranty period that begins on the date of acceptance by ODRC of the last successfully installed and tested workstation.

10 0

11. Hardware Support. Repair or replacement support for all items of

hardware must be provided. In addition: N/A N/A

Page 23: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 23 of 47

A. All items of hardware shall include an initial three-year warranty that begins on the date of acceptance by ODRC of the last successfully installed and tested workstation.

10 0

B. The warranty shall provide for all required repairs or replacements, including parts, labor, and shipping, to be provided at no expense to ODRC.

5 0

12. Help Desk Support. Full maintenance support for Project devices,

including workstations, software, and key peripherals shall include “Help Desk” support providing customer access to the Contractor’s technician qualified to trouble-shoot and accomplish problem resolution. Access to the Contractor’s Help Desk shall:

N/A N/A

A. Be a minimum of normal business hours (8am-5pm Eastern Time). Access from 5am-5pm Eastern Time is preferred.

5 0

B. Include a toll-free telephone and internet email. 5 0 C. Result in initial action by the Contractor within four (4) hours of

initial notification of a problem by ODRC. 5 0

13. Substantial Assistance. The Contractor shall provide substantial

assistance within eight (8) hours of initial notification, and must have a technician qualified to resolve the problem on-site not later than noon (Eastern Time) on the second business day following initial notification. Replacement hardware or peripherals shall be installed and operational on-site not later than close of business on the third business day following notification. Ideally, replacement devices or key peripherals will be installed and operational on-site not later than close of business the second business day following notification.

5 0

Ideally, the Contractor will provide substantial assistance within four (4) hours of initial notification. Alternatively, the Contractor may opt to ship replacement hardware or peripherals and detailed installation instructions in lieu of providing a technician on-site. Toll-free telephone support must be available to assist with installation if required by the site.

10 0

14. Data Conversion. Contractor must convert current images and data

to a format compatible with the Project with the following parameters:

N/A N/A

A. All images must be kept 3 0 B. Only logical deletes will be approved 3 0 C. Images must be available in .jpg format for use by other ODRC

applications 5 0

D. A historical lookup to compare new and older images must be incorporated

3 0

E. Users must be able to retrieve and print any of the historical images or data as needed

5 0

15. Logical Delete Utility. A utility to logically mark as deleted any

incorrect images must be provided. The utility must have a verification component that requires the user to confirm the requested (logical) deletion is actually correct.

15 0

Page 24: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 24 of 47

16. System Security. The Project must provide multiple security levels to restrict access to various parts of the System. One user may have one or more access levels. The access levels must include:

10 N/A

A. Inmate ID capture / create access – capture, retrieve, edit, print only inmate ID information

1 0

B. Inmate ID retrieve / view only access – retrieve and print only inmate ID information

1 0

C. Employee ID capture / create access – capture, retrieve, edit, print only employee ID information

1 0

D. Employee ID retrieve / view only access – retrieve and print only employee ID information

1 0

E. Logical delete utility access 1 0 F. User maintenance access – create, edit, inactivate users; set

initial passwords; must have search function; sortable list function – by access level/s; active; inactive

1 0

G. Settings access – add, edit, inactivate job titles 1 0 H. System level access – application maintenance – modify drop

down lists, site names, badge templates, etc. 1 0

17. Password Requirements. User passwords for the Project must

meet or exceed the following security standards: N/A N/A

A. Minimum of eight (08) characters in length; 1 0 B. Contain at least one upper case letter; 1 0 C. Contain at least one special character (e.g. !,@, #, $, %, ^, &, *); 1 0 D. Not contain personal user identifiers (e.g. SSN, DOB, telephone

number, part of a user name); 1 0

E. Must be changed every 90 days. 1 0 There must be an automatic user registration for access to a user-initiated password reset. Initial setup should only have to be done once. If a user forgets their password, they must be able to reset it without needing to contact a help desk or user service center.

10 0

18. Other. The Project will provide: N/A N/A

A. A method by which users can import images and signatures of inmates who cannot go through the Receiving & Discharge or Identification Department.

5 0

B. A method by which ODRC can add, edit, and make inactive individual elements for drop down boxes for certain exclusive fields, including the following:

N/A N/A

i. Job titles 3 0 ii. Gender 1 0 iii. Ethnicity 1 0 iv. Eye color 1 0 v. Hair color 1 0

C. Multiple selection boxes or radio buttons to allow multiple race categories to be selected for a single employee,

5 0

D. A method by which ODRC can determine at what site (institution) an image was captured.

5 0

E. Methods by which ODRC can add, edit, change, and specify information to be printed on the back of:

N/A N/A

i. Inmate ID cards 1 0

Page 25: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 25 of 47

ii. Employee ID cards 3 0 F. A method by which users can select whether or not to print

ODRC-specified information on the back of: N/A N/A

i. Inmate ID cards 1 0 ii. Employee ID cards 3 0

G. Methods for ODRC to create and edit ID card templates for offenders, including at least:

N/A N/A

i. Inmate ID card 1 0 ii. Released Offender ID card 5 0 iii. Inmate Temporary ID card 1 0

H. Methods for ODRC to create and edit at least twenty (20) different ID card templates for Employees.

5 0

i. Allow authorized users to select the appropriate Employee template prior to printing and saving the record

1 0

ii. Restrict use of specific Employee templates to certain sites and user profiles

5 0

Required Components Point Total: _______________ Proposed Price through the initial three-year warranty period: $______________________

Price Points: ________________

Price Points Note: Offerors attaining at least 350 points for Required Components shall be

awarded up to 40 points for their proposed price. The Offeror with the lowest proposed price shall receive 40 points. The Offeror with the second-lowest proposed price shall receive 30 points. The Offeror with the third-lowest price shall receive 20 points. Other Offerors attaining at least 350 points for Required Components shall receive 10 points. Offerors not attaining at least 350 points for Required Components shall not receive price points.

Total Combined Points: ________________

Offeror: ___________________________________

Page 26: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 26 of 47

ATTACHMENT ONE: OFFEROR PROFILE SUMMARY Using Attachment One, the Offeror must show evidence of meeting the requirements in Part Three, Scope of Work and Offeror’s Knowledge, Skills, and Abilities of this RFP, and contract experience providing same or similar services at sites comparable to the ODRC, such as state departments of correction and large city or county correctional operations. The information must be clearly identified and three references (i.e., customers during the last seven years) provided from those listed on Attachment One. Attachment One may be copied if additional space is needed. Further, the Offeror shall identify the Project Manager designated to manage any ODRC issues or concerns with the Project and Project Team Members who will be assigned to this Project through the initial three-year warranty period. For each identified person, please provide a resume, including their experience with a project of similar requirements, and attach them to Attachment One.

Reference Company Name:

Contact Person:

Reference Company Address: Phone Number:

Project Name: Beginning Date of Contract: Month/Year

Ending Date of Contract: Month/Year

Description of related services provided:

Reference Company Name:

Contact Person:

Reference Company Address: Phone Number:

Project Name: Beginning Date of Contract: Month/Year

Ending Date of Contract: Month/Year

Description of related services provided:

Reference Company Name:

Contact Person:

Reference Company Address: Phone Number:

Project Name: Beginning Date of Contract: Month/Year

Ending Date of Contract: Month/Year

Description of related services provided:

Page 27: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 27 of 47

ATTACHMENT TWO: DECLARATION STATEMENTS A. STATEMENT OF COMPLIANCE, PURCHASE CONTRACT , Offeror, acknowledges to having read, understood, and agrees to the Purchase Contract as set forth in Attachment Three. Offeror is able to contractually comply with all the terms and conditions set forth in the Purchase Contract. If there are any such terms and conditions which Offeror is unable to contractually comply, the Offeror must provide a detailed statement (attached to Attachment Three) as to the reason(s) such terms and or conditions cannot be met and provide alternative language which may be considered by ODRC. B. CONFLICT OF INTEREST STATEMENT , Offeror, confirms Offeror and any people who may work on the Project through the Offeror do not have a conflict of interest, direct or indirect, which is incompatible with the fulfillment of the Project. See Attachment Three- Purchase Contract, Article 10, for conflict of interest and ethics compliance as it relates to award of this RFP. Offeror further agrees that the ODRC has the right to reject a Proposal in which a conflict is disclosed or cancel the Contract if any interest is later discovered that could give the appearance of a conflict. C. EXECUTIVE ORDER 2011-12K CONTRACTOR/SUBCONTRACTOR AFFIRMATION AND DISCLOSURE: By the signature affixed to this response, the Offeror affirms, understands and will abide by the requirements of Executive Order 2011-12K. If awarded the Contract, the Offeror becomes the Contractor and affirms that both the Contractor and any of its subcontractors shall perform no services requested under this Contract outside of the United States. The Offeror shall provide all the name(s) and location(s) where services under this Contract will be performed in the spaces provided below or by attachment. Failure to provide this information as part of the response will deem the Offeror not responsive and no further consideration will be given to the response. Offeror’s offering will not be considered. If the Offeror will not be using subcontractors, indicate “Not Applicable” in the appropriate spaces.

1. Principal location of business of Contractor: (Address) (City, State, Zip) Name/Principal location of business of subcontractor(s): (Name) (Address, City, State, Zip) (Name) (Address, City, State, Zip)

Page 28: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 28 of 47

2. Location where services will be performed by Contractor:

(Address) (City, State, Zip) Name/Location where services will be performed by subcontractor(s): (Name) (Address, City, State, Zip) (Name) (Address, City, State, Zip)

3. Location where state data will be stored, accessed, tested, maintained or backed-up by Contractor:

(Address) (Address, City, State, Zip) Name/Location(s) where state data will be stored, accessed, tested, maintained or backed-

up by subcontractor(s): (Name) (Address, City, State, Zip) (Name) (Address, City, State, Zip)

4. Location where services to be performed will be changed or shifted by Contractor:

(Address) (Address, City, State, Zip)

Name/Location(s) where services will be changed or shifted to be performed by subcontractor(s):

(Name) (Address, City, State, Zip) (Name) (Address, City, State, Zip)

Page 29: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 29 of 47

D. CONTRACT PERFORMANCE The Offeror must provide the following information for this section for the past seven years. Please indicate yes or no in the column next to each Description. Offeror/Contractor Name_______________________________ Yes/No Description

The Offeror has had a contract terminated for default or cause. If so, the Offeror must

submit full details, including the other party's name, address, and telephone number. The Offeror has been assessed any penalties in excess of five thousand dollars

($5,000), including liquidated damages, under any of its existing or past contracts with any organization (including any governmental entity). If so, the Offeror must provide complete details, including the name of the other organization, the reason for the penalty, and the penalty amount for each incident.

The Offeror was the subject of any governmental action limiting the right of the Offeror to

do business with that entity or any other governmental entity. Trading in the stock of the company has been suspended. If so, the Offeror must submit

full details including the date(s) and explanation(s). The Offeror, any officer of the Offeror, or any owner of a twenty percent interest or

greater in the Offeror has filed for bankruptcy, reorganization, a debt arrangement, moratorium, or any proceeding under any bankruptcy or insolvency law, or any dissolution or liquidation proceeding.

The Offeror, any officer of the Offeror, or any owner with a twenty percent interest or

greater in the Offeror has been convicted of a felony or is currently under indictment on any felony charge.

If the answer to any item is affirmative, the Offeror must provide complete background details about the matter. While an affirmative answer to any of these items will not automatically disqualify an Offeror from consideration, at the sole discretion of the Evaluation Committee, such an answer and a review of the background details may result in a rejection of the Proposal. The Evaluation Committee will make this decision based on its determination of the seriousness of the matter, the matter’s possible impact on the Offeror’s performance on the Project, and the best interests of the ODRC.

I attest that I am a representative of the Offeror listed in this Proposal and have the authority to legally bind the Offeror to the aforementioned requirements (A. through D., inclusive) in Attachment Two. Signature:

Print Name and Title:

Organization Name: Date:

Page 30: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 30 of 47

ATTACHMENT THREE: PURCHASE CONTRACT FOR OFFICE USE ONLY:

Contract No.

Fund

ALI

Dept.

Program

OAKS Vendor ID No.

Purchase Contract

Between the Ohio Department of Rehabilitation and Correction -

____________________________________________________________________________

And

Contractor

THIS CONTRACT is made and entered into effective Date by and between the Ohio

Department of Rehabilitation and Correction, Section of ODRC (hereinafter collectively referred to

as “Agency”), located at ODRC Section Address and Name of Contractor (hereinafter referred to

as “Contractor”), located at Contractor Address (hereinafter referred to as “Contract”).

WHEREAS, Agency desires to engage Contractor to Description of Services

WHEREAS, pursuant to Section 5120.09 of the Ohio Revised Code, Agency may enter into agreements with contractors to effectuate the purposes for which Agency was created;

WHEREAS, Contractor desires to provide such services and/or such goods in accordance with the terms and conditions prescribed by Agency; and

NOW, THEREFORE, in consideration of the mutual promises, covenants, and agreements set forth herein, the parties hereto agree as follows:

ARTICLE 1: NATURE OF CONTRACT

1.1 Contractor shall be employed as an independent contractor, to fulfill the terms of this Contract. It is specifically understood that the nature of the services and/or goods to be rendered under this Contract are of such a personal nature that Agency is the sole judge of the adequacy of such services and/or goods. Agency thus reserves the right to cancel this Contract should Agency at any time be dissatisfied with Contractor’s performance of its duties under this Contract.

1.2 Agency enters into this Contract in reliance upon Contractor’s representations that it has the necessary expertise and experience to perform its obligations hereunder, and Contractor warrants that it does possess the necessary expertise and experience.

1.3 Contractor shall provide services and/or goods and Agency shall not hire, supervise, or pay any assistants to Contractor in its performance under this Contract. Agency shall not be required to provide any training to Contractor to enable it to provide services and/or goods required hereunder.

Page 31: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 31 of 47

1.4 In the event of a cancellation by Agency, Contractor shall be reimbursed in accordance with Article 6, Termination of Contractor’s Services and/or Goods. All provisions of this Contract relating to “confidentiality” shall remain binding upon Contractor in the event of cancellation.

1.5 Agency may, from time to time, communicate specific instructions and requests to Contractor concerning the performance of the work described in this Contract. Upon such notice and within ten (10) days after receipt of instructions, Contractor shall comply with such instructions and fulfill such requests to Agency’s satisfaction. It is expressly understood by the parties that these instructions and requests are for the sole purpose of performing the specific tasks requested to ensure satisfactory completion of the work described in this Contract. The management of the work, including the exclusive right to control or direct the manner or means by which the work is performed, remains with the Contractor. Agency retains the right to ensure that Contractor’s work is in conformity with the terms and conditions of this Contract. It is fully understood and agreed that Contractor is an independent contractor and neither Contractor nor its personnel shall at any time, or for any purpose, be considered as agents, servants, or employees of Agency or the State of Ohio.

ARTICLE 2: SCOPE OF SERVICES AND/OR GOODS 2.1 If the purchase was not solicited, the Contractor shall provide the following scope of

services and/or goods: N/A

(If additional space is needed, then attach an additional page headed “Continuation of 2.1” which is attached hereto and incorporated herein.)

If solicited, the solicitation (number _________________) documents, which describe the goods and/or services to be provided and the payment terms which are attached hereto and incorporated herein.

2.2 The Contractor’s Agency contact person for this Contract is __________________ who is responsible for overseeing compliance of the terms and conditions of this Contract and must verify and account for expenditures of state funds resulting from Contractor’s provision of services and/or goods.

2.3 Contractor shall not discuss or disclose with any non-party any information or material obtained pursuant to its obligations under this Contract without the prior written consent of Agency.

2.4 Due to institutional security requirements, available hours to provide services and/or goods may be limited by inmate availability. In that event, the Contractor and Agency will negotiate a mutually agreeable schedule to provide services and/or goods.

ARTICLE 3: TIME OF PERFORMANCE 3.1 This Contract shall remain in effect until the work described in Article 2, Scope of Services

and/or Goods, is completed to the satisfaction of Agency and until Contractor is paid in accordance with Article 4, Compensation, or until terminated as provided in Article 6, Termination of Contractor’s Services and/or Goods, whichever is sooner.

3.2 As the current General Assembly cannot commit a future General Assembly to expenditure, this Contract shall expire on June 30, 2015.

Page 32: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 32 of 47

Prior to expiration of the original term or any renewed term, Agency may renew this Contract on the same terms and conditions by giving notice as set forth in Article 18 of this Contract. Such renewal shall begin upon the expiration of the original term or any renewed term, as applicable, and expire as set forth in an Amendment to this Contract.

3.3 It is expressly agreed by the parties that none of the rights, duties, and obligations herein shall be binding on either party if award of this Contract would be contrary to the terms of Ohio Revised Code (“O.R.C.”) Section 3517.13 (campaign contribution), O.R.C. Section 127.16 (controlling board), or O.R.C. Chapter 102 (public officers – ethics).

ARTICLE 4: COMPENSATION

4.1 Agency shall pay Contractor for services and/or goods rendered a total amount of $XXX.

4.2 The total amount due was computed according to the following payment schedule: See Attached Solicitation Documents

4.3 Contractor shall submit an invoice for the compensation incurred consistent with Section 4.2 above, and each invoice shall contain a description of the services and/or goods provided and total amount due. Upon receipt and approval of the invoice by Agency, a voucher for payment shall be processed.

4.4 Invoice Requirements. The Contractor must submit an original invoice with three copies (3) copies to the office designated in the purchase order as the “bill to” address. To be a proper invoice, the invoice must include the following information: The purchase order number authorizing the delivery of goods or services. A description of what the Contractor delivered, including, as applicable, the time period, serial number, unit price, quantity, and total price of the goods and services. If an authorized dealer has fulfilled the purchase order, then the dealer’s information should be supplied in lieu of the Contractor’s information.

4.5 Payment Due Date. Payments under this Contract will be due on the 30th calendar day after the later of the date of actual receipt of a proper invoice in the office designated to receive the invoice, or the date the service is delivered and accepted in accordance with the terms of this Contract.

4.6 The date of the warrant issued in payment will be considered the date payment is made. Interest on late payments will be paid in accordance with Ohio Revised Code Section 126.30.

4.7 Any travel that the Contractor requires to perform its obligations under this Contract will be at the Contractor's expense. The State will pay for any additional travel that it requests only with prior written approval and in accordance with OBM's travel policy in Rule 126-1-02 of the Ohio Administrative Code. It is understood that Section (G) of Rule 126-1-02 does not apply.

ARTICLE 5: CERTIFICATION OF FUNDS

It is expressly understood and agreed by the parties that none of the rights, duties, and obligations described in this Contract shall be binding on either party until all relevant statutory provisions of the O.R.C., including, but not limited to, O.R.C. Section 126.07, have been complied with, and until such time as all necessary funds are available or encumbered and, when required, such expenditure of funds is approved by the Controlling Board of the State of Ohio, or in the event that grant funds are used, until such time that Agency gives Contractor written notice that such funds have been made available to Agency by Agency’s funding source.

Page 33: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 33 of 47

ARTICLE 6: TERMINATION OF CONTRACTOR’S SERVICES AND/OR GOODS

6.1 Agency may, at any time prior to the completion of services and/or delivery of all goods by Contractor under this Contract suspend or terminate this Contract with or without cause by giving written notice to Contractor.

6.2 Contractor, upon receipt of notice of suspension or termination, shall cease work on the suspended or terminated activities under this Contract, suspend or terminate all subcontracts relating to the suspended or terminated activities, take all necessary or appropriate steps to limit disbursements and minimize costs, and, if requested by Agency, furnish a report, as of the date of receipt of notice of suspension or termination, describing the status of all work under this Contract, including, without limitation, results, conclusions resulting therefrom, and any other matters Agency requires.

6.3 Contractor shall be paid for services and/or goods provided up to the date Contractor received notice of suspension or termination, less any payments previously made, provided Contractor has supported such payments with detailed factual data containing services and/or goods provided and hours worked. In the event of suspension or termination, any payments made by Agency for which Contractor has not provided services and/or goods shall be refunded.

6.4 In the event this Contract is terminated prior to its completion, Contractor, upon payment as specified, shall deliver to Agency all work products and documents which have been prepared by Contractor in the course of providing services and/or goods under this Contract. All such materials shall become and remain the properties of Agency, to be used in such manner and for such purpose as Agency may choose.

6.5 Contractor agrees to waive any right to, and shall make no claim for, additional compensation against Agency by reason of such suspension or termination.

6.6 Contractor may terminate this Contract upon 90 days prior written notice to Agency.

6.7 The Contractor and Agency may terminate this Contract upon mutual written agreement, within a mutually agreeable time period.

6.8 A Contractor who breaches this Contract or fails to perform on this Contract may be precluded from being awarded any subsequent contract for the same or similar services and/or goods for up to two (2) years after the termination of this Contract, for cause, by Agency.

ARTICLE 7: RELATIONSHIP OF PARTIES 7.1 Agency and Contractor agree that, during the term of this Contract, Contractor shall be

engaged by Agency solely on an independent contractor basis, and Contractor shall therefore be responsible for all Contractor’s business expenses, including, but not limited to, employees’ wages and salaries, insurance of every type and description, and all business and personal taxes, including income and Social Security taxes and contributions for Workers’ Compensation and Unemployment Compensation coverage, if any.

7.2 Contractor agrees to comply with all applicable federal, state and local laws, rules, regulations and ordinances in the conduct of the work hereunder.

7.3 While Contractor shall be required to provide services and/or goods described hereunder for Agency during the term of this Contract, nothing herein shall be construed to imply, by reason of Contractor’s engagement hereunder on an independent contractor basis, that

Page 34: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 34 of 47

Agency shall have or may exercise any right of control over Contractor with regard to the manner or method of Contractor’s provision of services and/or goods hereunder.

7.4 Except as expressly provided herein, neither party shall have the right to bind or obligate the other party in any manner without the other party’s prior written consent.

7.5 License number is not applicable.

7.6 The Contractor recognizes the security requirements for entering Agency’s facilities and acknowledges receipt of the “Standards of Conduct for Contractor” (DRC 4376). The Contractor agrees to comply with these standards and with safety rules and procedures. Due to institutional security requirements, the Agency staff may require the Contractor to document when the Contractor or any subcontractor is on state property.

7.7 The Contractor understands and agrees that Agency expressly reserves the right to conduct a background investigation on the Contractor, subcontractor, assistants and any employee required to provide services and or goods. An unacceptable background history may, at Agency’s discretion, be grounds to terminate the Contract or reject any unacceptable subcontractors or other individuals providing services and/or goods under the Contract.

7.8 Any misrepresentation or omission of a material fact concerning the Contractor’s qualifications and fitness to provide services and/or goods under this Contract may be grounds for termination, as may be determined within the discretion of the Agency.

ARTICLE 8: RECORD KEEPING

During performance of this Contract and for a period of three years after its completion, Contractor shall maintain auditable records of all charges pertaining to this Contract and shall make such records available to Agency as Agency may reasonably require. ARTICLE 9: RELATED AGREEMENTS

9.1 The work contemplated in this Contract is to be performed by Contractor, who may subcontract without Agency’s approval for the purchase of articles, supplies, components, or special mechanical services that do not involve the type of work or services and/or goods described in Article 2, Scope of Services and/or Goods, but which are required for its satisfactory completion. Contractor shall not enter into other subcontracts without prior written approval by Agency. All work subcontracted shall be at Contractor’s expense.

9.2 Contractor shall bind its subcontractors to the terms of this Contract, so far as applicable to the work of the subcontractor, and shall not agree to any provision which seeks to bind Agency to terms inconsistent with, or at variance from, this Contract.

9.3 Contractor warrants that it has not entered into, nor shall it enter into, other agreements, without prior written approval of Agency, to perform substantially identical work for the State of Ohio such that the product contemplated hereunder duplicates the work called for by the other agreements.

9.4 Contractor shall furnish to Agency a list of all subcontractors, their addresses, and their principal location of business, tax identification numbers, and the dollar amount of each subcontract.

ARTICLE 10: CONFLICTS OF INTEREST AND ETHICS COMPLIANCE

10.1 No personnel of Contractor or member of the governing body of any locality or other public official or employee of any such locality in which, or relating to which, the work under this

Page 35: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 35 of 47

Contract is being carried out, and who exercise any functions or responsibilities in connection with the review or approval of this Contract or carrying out of any such work, shall, prior to the completion of said work, voluntarily acquire any personal interest, direct or indirect, which is incompatible or in conflict with the discharge and fulfillment of his or her functions and responsibilities with respect to the carrying out of said work.

10.2 Any such person who acquires an incompatible or conflicting personal interest, on or after the effective date of this Contract, or who involuntarily acquires any such incompatible or conflicting personal interest, shall immediately disclose his or her interest to Agency in writing. Thereafter, he or she shall not participate in any action affecting the work under this Contract, unless Agency shall determine in its sole discretion that, in the light of the personal interest disclosed, his or her participation in any such action would not be contrary to the public interest.

10.3 All Contractors who are actively doing business with the State of Ohio or who are seeking to do business with the State of Ohio are responsible to review and comply with all relevant provisions of O.R.C. Sections 102.01 to 102.09. Contractor certifies that it is currently in compliance and will continue to adhere to the requirements of Ohio ethics laws.

ARTICLE 11: NONDISCRIMINATION OF EMPLOYMENT

11.1 Pursuant to O.R.C. Section 125.111, Contractor agrees that Contractor, any subcontractor, and any person acting on behalf of Contractor or a subcontractor, shall not discriminate, by reason of race, color, religion, sex, age, national origin, or disability against any citizen of this state in the employment of any person qualified and available to perform the work under this Contract.

11.2 Contractor further agrees that Contractor, any subcontractor, and any person acting on behalf of Contractor or a subcontractor shall not, in any manner, discriminate against, intimidate, or retaliate against any employee hired for the performance of work under this Contract on account of race, color, religion, sex, age, national origin, or disability.

11.3 The O.R.C. section 125.111 requires any Contractor doing business with the state of Ohio to maintain a written affirmative action program addressing employment practices. The law further requires that this plan be filed annually with the Department of Administrative Services, Equal Employment Opportunity Division.

11.4 Contractor and any subcontractor shall not engage in discriminatory employment practices. Contractor certifies that it and any subcontractor will comply with all applicable federal and state laws, as well as rules and regulations governing fair labor and employment practices. Contractor and any subcontractor are encouraged to purchase goods and services from certified Minority Business Enterprise and Encouraging Diversity, Growth and Equity vendors.

ARTICLE 12: RIGHTS IN DATA AND COPYRIGHTS/PUBLIC USE

12.1 Agency shall have unrestricted authority to reproduce, distribute and use (in whole or in part) any reports, data or materials prepared by Contractor pursuant to this Contract. No such documents or other materials produced (in whole or in part) with funds provided to Contractor by Agency shall be subject to copyright by Contractor in the United States or any other country.

12.2 Contractor agrees that all deliverables hereunder shall be made freely available to the general public to the extent permitted or required by law.

ARTICLE 13: LIABILITY

Page 36: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 36 of 47

13.1 Contractor agrees to indemnify and to hold Agency and the State of Ohio harmless and immune from any and all claims for injury or damages arising from this Contract which are attributable to Contractor’s own actions or omissions or those of its trustees, officers, agents, employees, subcontractors, suppliers, third parties utilized by Contractor, or joint ventures while acting under this Contract. Such claims shall include any claims made under the Fair Labor Standards Act or under any other federal or state law involving wages, overtime, or employment matters and any claims involving patents, copyrights and trademarks.

13.2 Contractor shall bear all costs associated with defending Agency and the state of Ohio against any claims.

13.3 In no event shall either party be liable to the other party for indirect, consequential, incidental, special, or punitive damages, or lost profits.

13.4 Contractor agrees, at its own cost, to procure and continue in force at all times during the term of the Contract, general liability insurance with a $2,000,000 annual aggregate and a $1,000,000 per occurrence limit for bodily injury, personal injury, wrongful death and property damage. The defense cost shall be outside of the policy limits. Such policy shall designate the State of Ohio and the Ohio Department of Rehabilitation and Correction as an Additional Insured. The policy shall also be endorsed to include a waiver of subrogation and provide the state with thirty (30) day written notice of cancellation or expiration or material change. It is agreed that the Contractor's commercial general liability insurance shall be primary over any other coverage. Umbrella/excess liability insurance may be used to meet the required limits and the coverage must follow form. The state reserves the right to approve all policy deductibles, levels of self-insured retention, captive insurance programs and may require the Contractor to have their policy(s) endorsed to reflect per project/per location general aggregate limits. Such insurance shall be written by a company authorized to conduct such business in the State of Ohio, with at least an A- “Excellent” rating from A.M. best Company.

The requirement to procure general liability insurance may be reduced/waived/self-insured with the prior written consent of the Agency's Division of Legal Services since certain contractors have potentially less or no exposure in liability depending on the nature of their work under the Contract.

13.5 Contractor agrees, at its own cost, to maintain workers’ compensation as required by Ohio law and in compliance with the Ohio Bureau of Workers’ Compensation.

ARTICLE 14: COMPLIANCE WITH LAWS

Contractor, in the execution of duties and obligations under this Contract, agrees to comply with all applicable federal, state and local laws, rules, regulations and ordinances.

ARTICLE 15: DRUG FREE WORKPLACE

Contractor agrees to comply with all applicable federal, state and local laws regarding smoke-free and drug-free work places and shall make a good faith effort to ensure that none of its employees or permitted subcontractors engaged in the work being performed hereunder purchase, transfer, use, or possess illegal drugs or alcohol, or abuse prescription drugs in any way.

ARTICLE 16: CAMPAIGN CONTRIBUTIONS

Contractor hereby certifies that all applicable parties listed in Division (I) (3) or (J) (3) of O.R.C. Section 3517.13 are in full compliance with Divisions (I) (1) and (J) (1) of O.R.C. Section 3517.13.

Page 37: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 37 of 47

ARTICLE 17: ENTIRE AGREEMENT/WAIVER 17.1 This Contract contains the entire agreement between the parties hereto and shall not be

modified, amended or supplemented, or any rights herein waived, unless specifically agreed upon in writing by the parties hereto.

17.2 This Contract supersedes any and all previous agreements, whether written or oral, between the parties.

17.3 A waiver by any party of any breach or default by the other party under this Contract shall not constitute a continuing waiver by such party of any subsequent act in breach of or in default hereunder.

ARTICLE 18: NOTICES

All notices, consents, and communications hereunder shall be given in writing, shall be deemed to be given upon receipt thereof, and shall be sent to the addresses first set forth above.

ARTICLE 19: HEADINGS

The headings in this Contract have been inserted for convenient reference only and shall not be considered in any questions of interpretation or construction of this Contract.

ARTICLE 20: SEVERABILITY

The provisions of this Contract are severable and independent, and if any such provision shall be determined to be unenforceable in whole or in part, the remaining provisions and any partially enforceable provision shall, to the extent enforceable in any jurisdiction, nevertheless be binding and enforceable.

ARTICLE 21: CONTROLLING LAW

This Contract and the rights of the parties hereunder shall be governed, construed, and interpreted in accordance with the laws of the State of Ohio and only Ohio courts shall have jurisdiction over any action or proceeding concerning the Contract and/or performance thereunder.

ARTICLE 22: ASSIGNMENT AND DELEGATION

The Contractor will not assign any of its rights nor delegate any of its duties and responsibilities under this Contract without prior written consent of the State. Any assignment or delegation not consented to may be deemed void by the State.

ARTICLE 23: FINDINGS FOR RECOVERY

Contractor warrants that it is not subject to an “unresolved” finding for recovery under O.R.C. Section 9.24. If this warranty is found to be false, this Contract is void ab initio and Contractor shall immediately repay to Agency any funds paid under this Contract. ARTICLE 24: DEBARMENT

Contractor represents and warrants that it is not debarred from consideration for contract awards by the Director of the Department of Administrative Services, pursuant to either O.R.C. Section 153.02 or O.R.C. Section 125.25. If this representation and warranty is found to be false, this Contract is void ab initio and Contractor shall immediately repay to Agency any funds paid under this Contract.

ARTICLE 25: FORCE MAJEURE

Page 38: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 38 of 47

If the Agency or Contractor is unable to perform any part of its obligations under this Contract by reason of force majeure, the party will be excused from its obligations, to the extent that its performance is prevented by force majeure, for the duration of the event. The party must remedy with all reasonable dispatch the cause preventing it from carrying out its obligations under this Contract. The term “force majeure” means without limitation: acts of God; such as epidemics; lightning; earthquakes; fires; storms; hurricanes; tornadoes; floods; washouts; droughts; any other severe weather; explosions; restrain of government and people; war; strikes; and other like events; or any cause that could not be reasonably foreseen in the exercise of ordinary care, and that is beyond the reasonable control of the party.

ARTICLE 26: “SWEATSHOP - FREE” PURCHASING

Contractor certifies that all facilities used for the production of the goods or performances of services under this Contract are not sweatshops and are in compliance with applicable domestic labor, employment, health and safety, environmental and building laws. This certification applies to any and all manufacturers, suppliers and/or subcontractors used by the Contractor in furnishing these goods or services.

If DAS receives a complaint alleging non-compliance with this “sweatshop-free” certification, DAS may enlist the services of an independent monitor to investigate allegations of such non-compliance on the part of the Contractor, any sub-contractors or suppliers used by the Contractor in performance of the Contract. If allegations are proven to be accurate, the Contractor will be advised by DAS of the next course of action to resolve the complaint and the Contractor will be responsible for any costs associated with the investigation. Consequences for violating this certification may include, but are not limited to, cancellation of the contract, a finding by the Agency that the Contractor is not a responsible bidder or a determination that the Contractor is ineligible to receive future contract bid awards. Items that will be considered in an investigation include, but are not limited to standards of wages, occupational safety and work hours.

ARTICLE 27: EXECUTIVE ORDER REQUIREMENTS

The Contractor affirms to have read and understands Executive Order 2011-12K issued by Ohio Governor John R. Kasich and shall abide by those requirements in the performance of this Contract, and shall perform no services required under this Contract outside of the United States. The Executive Order is provided as Attachment C which is attached hereto and incorporated herein.

The Contractor also affirms, understands, and agrees to immediately notify the State of any change or shift in the location(s) of services performed by the Contractor or its subcontractors under this Contract, and no services shall be changed or shifted to a location(s) that are outside of the United States.

ARTICLE 28: TERMINATION, SANCTION, DAMAGES

If Contractor or any of its subcontractors perform services under this Contract outside of the United States, the performance of such services shall be treated as a material breach of the Contract. The State is not obligated to pay and shall not pay for such services. If Contractor or any of its subcontractors perform any such services, Contractor shall immediately return to the State all funds paid for those services. The State may also recover from the Contractor all costs associated with any corrective action the State may undertake, including but not limited to an audit or a risk analysis, as a result of the Contractor performing services outside the United States.

The State may, at any time after the breach, terminate the Contract, upon written notice to the Contractor. The State may recover all accounting, administrative, legal and other expenses reasonably necessary for the preparation of the termination of the Contract and costs associated with the acquisition of substitute services from a third party.

Page 39: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 39 of 47

If the State determines that actual and direct damages are uncertain or difficult to ascertain, the State in its sole discretion may recover a payment of liquidated damages in the amount of 25 % of the value of the Contract.

The State, in its sole discretion, may provide written notice to Contractor of a breach and permit the Contractor to cure the breach. Such cure period shall be no longer than 21 calendar days. During the cure period, the State may buy substitute services from a third party and recover from the Contractor any costs associated with acquiring those substitute services. Notwithstanding the State permitting a period of time to cure the breach or the Contractor’s cure of the breach, the State does not waive any of its rights and remedies provided the State in this Contract, including but not limited to recovery of funds paid for services the Contractor performed outside of the United States, costs associated with corrective action, or liquidated damages.

ARTICLE 29: EXECUTION This Contract is not binding upon Agency unless executed in full. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized officers, as of the day and year first written above. Signature of Contractor: Printed Name of Contractor:

Date:

ATTESTATION: I hereby attest that there are sufficient funds available to cover the cost of this

Contract:

Fiscal Officer:

Date:

Warden/Program Manager/Department Head:

Date:

For purchases of services only, the following signatures are also required: Program Administrator:

Date:

Legal Services:

Date:

Deputy Director, Administration:

Date:

Director, Ohio Department of Rehabilitation and Correction:

Date:

Page 40: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 40 of 47

ATTACHMENT THREE– EXECUTIVE ORDER 2011-12K

Page 41: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 41 of 47

Page 42: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 42 of 47

Page 43: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 43 of 47

ATTACHMENT FOUR: INSTALLATION LOCATIONS

Workstation Quantity

1 Allen/Oakwood Correctional Institution (AOCI)

P. O. Box 4501

Northwest Region 2338 North West Street

Lima, OH 45802

419-224-8000, Speed Dial *08

Fax 419-224-5828

1 Belmont Correctional Institution (BeCI) P. O. Box 540

Southeast Region 68518 Bannock Road, S.R. 331

St. Clairsville, OH 43950

740-695-5169, Speed Dial *34

Fax 740-526-0511

1 Chillicothe Correctional Institution (CCI) P. O. Box 5500

Southwest Region 15802 State Route 104 North

Chillicothe, OH 45601

740-774-7080, Speed Dial *09

Fax 740-779-5398

2 Correctional Reception Center (CRC) 11271 State Route 762

Southeast Region Orient, OH 43146

614-877-2441, Speed Dial *10

Fax 614-877-3853

1 Dayton Correctional Institution (DCI) P. O. Box 17249

Northwest Region 4104 Germantown Street

Dayton, OH 45417

937-263-0060, Speed Dial *11

Fax 937-263-1322

1 Franklin Medical Center (FMC) 1990 Harmon Avenue

Zone A Columbus, OH 43223

614-445-5960, Speed Dial *31

Fax 614-445-7040

1 Franklin Medical Center (FMC) P. O. Box 23651

Zone B 1800 Harmon Avenue

Columbus, OH 43223

614-445-8600, Speed Dial *12

Fax 614-444-8267

Page 44: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 44 of 47

1 Grafton Correctional Institution (GCI) 2500 South Avon Beldon Road

Northeast Region Grafton, OH 44044

440-748-1161, Speed Dial *13

Fax 440-748-2521

1 Hocking Correctional Facility (HCF) P. O. Box 59

Southeast Region 16759 Snake Hollow Road

Nelsonville, OH 45764

740-753-1917, Speed Dial *14

Fax 740-753-4277

1 Lebanon Correctional Institution (LeCI) P. O. Box 56

Southwest Region State Route 63

Lebanon, OH 45036

513-932-1211, Speed Dial *15

Fax 513-932-1320

1 London Correctional Institution (LoCI) P. O. Box 69

Southwest Region 1580 State Route 56

London, OH 43140

740-852-2454, Speed Dial *17

Fax 740-845-3399

2 Lorain Correctional Institution (LorCI) 2075 South Avon Beldon Road

Northeast Region Grafton, OH 44044

440-748-1049, Speed Dial *18

Fax 440-748-2191

1 Madison Correctional Institution (MaCI) P. O. Box 740

Southwest Region 1851 State Route 56

London, OH 43140-0740

740-852-9777, Speed Dial *19

Fax 740-852-3666

1 Mansfield Correctional Institution (ManCI)

P. O. Box 788

Northwest Region 1150 North Main Street

Mansfield, OH 44901

419-525-4455, Speed Dial *21

Fax 419-524-8022

1 Marion Correctional Institution (MCI) P. O. Box 57

Northwest Region 940 Marion-Williamsport Road

Marion, OH 43302

740-382-5781, Speed Dial *20

Page 45: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 45 of 47

Fax 740-387-8736

1 Noble Correctional Institution (NCI) 15708 McConnelsville Road

Southeast Region Caldwell, OH 43724

740-732-5188, Speed Dial *35

Fax 740-732-2651

1 Northeast Reintegration Center (NERC) 2675 East 30th Street

Northeast Region Cleveland, OH 44115

216-771-6460, Speed Dial *22

Fax 216-787-3540

2 Ohio Reformatory for Women (ORW) 1479 Collins Avenue

Northwest Region Marysville, OH 43040

937-642-1065, Speed Dial *24

Fax 937-642-7678

2 Ohio State Penitentiary (OSP) 878 Coitsville-Hubbard Road

Northeast Region Youngstown, OH 44505

330-743-0700, Speed Dial *64

Fax 330-743-0841

1 Pickaway Correctional Institution (PCI) P. O. Box 209

Southeast Region 11781 State Route 762

Orient, OH 43146

614-877-4362, Speed Dial *25

Fax 614-877-4514

1 Richland Correctional Institution (RiCI) 1001 Olivesburg Road

Northwest Region P. O. Box 8107

Mansfield, OH 44901

419-526-2100, Speed Dial *69

Fax 419-521-2810

1 Ross Correctional Institution (RCI) P. O. Box 7010

Southwest Region 16149 State Route 104

Chillicothe, OH 45601

740-774-7050, Speed Dial *26

Fax 740-774-7055

1 Southeastern Correctional Institution (SCI)

5900 B.I.S. Road

Southeast Region Lancaster, OH 43130

740-653-4324, Speed Dial *27

Fax 740-753-5371

Page 46: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 46 of 47

1 Southern Ohio Correctional Facility (SOCF)

P. O. Box 45699

Southeast Region Lucasville-Minford Road

Lucasville, OH 45699

740-259-5544, Speed Dial *28

Fax 740-259-2882

1 Toledo Correctional Institution (ToCI) 2001 East Central Avenue

Northwest Region Toledo, OH 43608

419-726-7977, Speed Dial *03

Fax 419-726-7157

1 Trumbull Correctional Institution (TCI) P. O. Box 901

Northeast Region 5701 Burnett Road

Leavittsburg, OH 44430

330-898-0820, Speed Dial *29

Fax 330-898-0848

1 Warren Correctional Institution (WCI) P. O. Box 120

Southwest Region State Route 63

Lebanon, OH 45036

513-932-3388, Speed Dial *30

Fax 513-933-0150

Privately Operated Facilities

1 North Central Correctional Complex P. O. Box 1812

Northwest Region 670 Marion Williamsport Road East

Marion, OH 43302

740-387-7040, Speed Dial *36

Fax 740-387-5575

1 Lake Erie Correctional Institution (LaECI)

501 Thompson Road

Northeast Region P. O. Box 8000

Conneaut, OH 44030

440-599-4100, Speed Dial *52

Fax 440-593-4536

Operation Support Center

Operation Support Center 770 West Broad Street

3 Personnel / Human Resources Columbus, OH 43222

Information Service Center

BITS 36 Total

Page 47: Request for Proposal - Ohio · Proposals (hereinafter referred to as “Proposal”) from qualified contractors (hereinafter referred to as “Offerors”) for a Photo Identification

DRCP-15--2033 PHOTO IDENTIFICATION CAPTURE SYSTEM Page 47 of 47

ATTACHMENT FIVE: DELIVERABLES AND PROPOSED PAYMENT SUMMARY

The following format must be used to describe deliverables, delivery dates, and proposed payment information. (Item # is for ease of reference and should be in sequential numeric order starting with 1.)

Item # Description of Deliverables Delivery

Date

Proposed Payment

Amounts in Dollars

Cumulative Percent of Total Price

All workstations installed, tested, & accepted by 10/30/2015 (Total Price) 100%