inmate electronic monitor system


[PDF]inmate electronic monitor system - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

15 downloads 163 Views 322KB Size

REQUEST FOR PROPOSALS

INMATE ELECTRONIC MONITOR SYSTEM MARATHON COUNTY SHERIFF’S DEPARTMENT 500 FOREST STREET Wausau, Wisconsin

PROPOSALS MUST BE RECEIVED NO LATER THAN 2:00 P.M. FRIDAY, FEBRUARY 28, 2014

REQUEST FOR PROPOSAL - TABLE OF CONTENTS SECTION

PAGE

1.

Overview

3

2.

RFP Timeline and Events

4

3.

General Information and Instructions

5

4.

Proposal Terms and Conditions

7

5.

Insurance Requirements

9

6.

Proposal Contents

10

7.

Scope of Work

12

8.

Marathon County Procurement Policy

23

9.

Enumeration of RFP Attachments

26

ATTACHMENTS A. Proposal Response Summary Page

27

B. Deviation Form

28

C. Proposal Evaluation Score Sheet

29

Page 2 of 29

SECTION 1 – OVERVIEW A. Purpose of Request for Proposal (RFP) The purpose of this request for proposal is to enter into a contract with a qualified firm to provide labor, material and equipment required to replace an existing Electronic Monitor System. It is anticipated that this RFP will result in a single contract being awarded to that contractor that can provide and meet all the specified requirements of this Request for Proposal. This project will be subject to applicable State of Wisconsin wage rate requirements. This RFP is designed to provide interested Offeror’s with sufficient basic information to submit proposals meeting minimum requirements, but is not intended to limit a proposal's content or exclude any relevant or essential data. Offeror’s are at liberty and are encouraged to expand upon the specifications to evidence service capability under any agreement. B. Background The Marathon County Jail is a one-level facility located in Wausau, Wisconsin. Currently the Marathon County Jail affords a very small population of offenders the opportunity to reside outside of the jail facility on a proximity type monitor. This is currently overseen by a private contractor. Marathon County has learned that newer systems have the ability to monitor inmate activity more closely when outside of the facility. Advances in technology allow for inmates to be monitored live via GPS and in conjunction with other technologies. Marathon County would like to take advantage of these technologies and have inmates monitored inhouse. With a maximum capacity of 279 inmates, the jail consistently operates with a population of approximately 300 inmates. We anticipate having approximately 75 inmates on monitor when fully implemented. Marathon County invites qualified companies (herein after referred to as “Offeror”) to submit proposals for an inmate electronic monitoring system at the Marathon County Jail in response to this solicitation. This project does not have a fixed budget and is subject to varying contracts, agreements, cost of equipment and training. The project goal is to employ best practices while maintaining cost-effectiveness. Offeror is to provide active global positioning satellite (GPS) and electronic monitoring services 24 hours per day, 365 days per year. Offeror will be responsible for delivery to and installation at the project site if applicable. Based on order information and specifications provided by Contractor (selected Offeror), Marathon County will issue purchase order and remit payment or enter into agreed upon contract with selected Offeror, but all delivery and installation arrangements and warranties will be coordinated with and flow through the Contractor. The inmate electronic monitoring system will be monitored/installed (if applicable) at the Marathon County Jail facility located at 500 Forest Street, Wausau, Wisconsin 54403. C. Issuing Office and RFP Reference The Marathon County Sheriff’s Department is the issuing office for this Request for Proposals and all subsequent addenda relating to it. The RFP title is "Inmate Electronic Monitor System – Marathon County Sheriff’s Department" The RFP title must be referred to on all proposals, correspondence, and documentation relating to the RFP.

Page 3 of 29

SECTION 2 – REQUEST FOR PROPOSAL (RFP) TIMELINE AND EVENTS •

RFP Packet issue date: Friday, January 24, 2014



Receive Questions from Prospective Vendors until: Friday, February 21, 2014 by 3:00 p.m.



Cut-off for issue of addenda/response to questions: Monday, February 24, 2014 by 3:00 p.m.



Deadline for submission of RFP: Friday February 28, 2014 at 2:00 p.m.



Anticipated Award Date: No later than Friday, March 14, 2014.

Page 4 of 29

SECTION 3 – GENERAL INFORMATION AND INSTRUCTIONS A. Proposal Submittal Procedure and Conditions In order to be considered for award, the Offeror must comply with all proposal requirements and submit in accordance with the following instructions. B. Questions All questions concerning this Request for Proposals must be submitted in written form only, including fax or email, to the following: Jail Administrator Sandra La Du - Ives Marathon County Sheriff’s Department 500 Forest Street Wausau, WI 54403 Fax: (715) 261-1713 Email: [email protected] The deadline for receiving questions is Friday, February 21, 2014 at 3:00 p.m. Answers will be issued via email to every company that has been issued this RFP. C. Amendments to the Request for Proposals If it becomes necessary to revise any part of this Request for Proposal package or if additional information is necessary to clarify any provision or respond to questions, the revision and/or additional information will be provided via an email bulletin or amendment to every company that has been issued this RFP. D. Site Visits in lieu of Pre-Bid Meeting A Pre-Bid Meeting has been scheduled on Wednesday, February 5, 2014 at 9:00AM at the Marathon County Sheriff’s Department for this project. Questions regarding the RFP should be submitted prior to the meeting. All offerors are encouraged to visit the Marathon County jail site prior to submitting a proposal. Arrangements for site visits can be made by contacting the Marathon County Sheriff’s Department Corrections Division at 715-261-1700. Visits can be scheduled with either the Jail Administrator or her designee. E. Incurred Expenses Marathon County will not be liable for any cost which Offeror’s may incur in the preparation of their proposals. This provision also includes any costs involved in providing an oral presentation of the proposal. Proposals should be concise, straight-forward, and can be prepared simply and economically. Expensive displays, bindings, or promotional materials are not required. These instructions are not intended to limit a proposal's content or to exclude any relevant or essential information there from. F. Proprietary Information Offeror’s responding to this RFP are required to note any specific information contained in their proposal which is not to be disclosed to the public or used for purposes beyond the evaluation of the proposals. Any such restrictions must be clearly stated within the proposal itself. Though every attempt will be made to comply with such restrictions, non-disclosure following signing of the contract cannot be fully guaranteed due to public records law considerations.

Page 5 of 29

G. Proposal Submittal Requirements Proposals are required to be submitted in hard copy format, one original and two (2) copies. Faxed or emailed proposals will not be considered. The original proposal must be signed in ink by an officer of the company that is authorized to enter into contractual agreements on its behalf. Proposals received unsigned will not be accepted. Proposals should be submitted in a single sealed envelope or container and delivered to the attention of: Jail Administrator Sandra La Du - Ives Marathon County Sheriff’s Department 500 Forest Street Wausau, WI 54403 The lower left corner of the envelope should bear the following notation: “INMATE ELECTRONIC MONITOR SYSTEM – MARATHON COUNTY SHERIFF’S DEPARTMENT” “DO NOT OPEN BEFORE PROPOSAL DEADLINE” H. Modification or Withdrawal of Proposals Any proposal may be modified or withdrawn prior to the deadline, provided such modification or withdrawal is submitted prior to the deadline. Any modification or withdrawal received after the deadline shall be deemed late and will not be considered. I. Proposal Submittal Deadline Proposals must be received no later than 2:00 p.m. on Friday, February 28, 2014. Proposals received after this deadline will NOT be accepted and will be returned unopened. Actual receipt by said time is required; deposit in mail or postmark by said due date/time is insufficient. Offeror’s may mail or personally deliver their proposals to Marathon County at the above address. Marathon County will not be responsible for any proposal(s) that is (are) lost in the mail or not delivered to the above address by the stated deadline for any reason. J. Opening of Proposals Only those proposals which are received in a timely fashion as set forth in this RFP will be reviewed and considered. Proposals will be opened after the due date and time at the Marathon County Sheriff’s Department Corrections Division. Only the names of all offerors responding to the RFP will be available to the public after the opening of proposals. All other information contained in the proposals will remain confidential until award of contract, as required by law. K. Discussions with Offerors (Oral Presentation) An oral presentation by an offeror for further clarification of a proposal may be required at the sole discretion of Marathon County. However, the County may award the contract based on initial proposals received without further discussions with any offeror. If oral presentations are required, they will be scheduled after the submission of proposals. Oral presentations will be made at the Offeror's expense.

Page 6 of 29

L. Proposal Evaluation Criteria Proposals submitted will be reviewed and evaluated by a Marathon County proposal evaluation team. The team will evaluate proposals against the following weighted criteria: Weight Evaluation Criteria 20 % Cost 50 % Demonstrated ability to meet the scope of work 20% Qualification and expertise of staff proposed for this project. 10% Demonstrated technical capability (proven track record), etc. M. Award of Contract Receipt of proposals and subsequent award of the contract will be governed by Section 3.05(2) of the Procurement Code. Marathon County will enter into discussions with the highest-ranked responsible offeror in accordance with Section 3.05(2)(f) of the Procurement Code. The final scope of the project may vary from the proposal depending on needs and resources. If Marathon County is unable to successfully conclude negotiations with the highest ranked responsible offeror, negotiations will be held with the next highestranking responsible offeror. The contract shall then be awarded pursuant to Section 3.05(2)(g) of the Procurement Code to the responsible offeror whose proposal is determined to be the most advantageous to Marathon County, taking into consideration past performance, price, and other evaluation criteria set forth herein. All proposals shall be a matter of public record upon award of the contract. The contract will be awarded based upon the proposal evaluation criteria outlined on Attachment C. Marathon County reserves the right to reject in whole or in part any and all proposals, to waive any formalities, and to accept the proposal determined to be in the best interest of the County. This solicitation may also be canceled in whole or in part if determined to be in the best interest of the County. N. Availability and Retention of Proposals After award of the contract, each Proposal, except those portions for which an offeror has included a written request for confidentially (e.g., proprietary information), shall be open to public inspection. All proposals and submitted material shall become the property of Marathon County and will be returned only at the County's option.

SECTION 4 – PROPOSAL TERMS AND CONDITIONS A. Offer and Acceptance Period All Proposals must be an irrevocable offer valid for one hundred twenty (120) days after the Proposal opening date. B. Irregularities in Proposals Except as otherwise stated in this Request for Proposal, evaluation of all proposals will be based solely upon information contained in each offeror's proposal. Marathon County shall not be held liable for any errors, omissions, or oversights in an offeror's proposal. Marathon County may waive technical irregularities, which do not alter the price or quality of the services. Page 7 of 29

Marathon County shall have the right to reject proposals containing a statement, representation, warranty, or certification which is determined by the County and its counsel to be materially false, incorrect, misleading, or incomplete. Additionally, any errors, omissions, or oversights of a material nature may constitute grounds for rejection of any proposal. The inability of a manufacturer to provide one or more of the required components, specified features, or capabilities required by this Request for Proposals does not in-and-of-itself preclude acceptance of a proposal by Marathon County. C. Term of Contract The Contract resulting from this RFP will be for the period of product installation and warranty. The Contract may be extended beyond the original contract period at Marathon County's discretion and by mutual agreement. D. Direct or Indirect Assignment The successful Offeror will not be permitted to directly or indirectly assign its rights and duties under the Contract without prior express approval by Marathon County. E. Subcontractors All provisions and/or stipulations within this Proposal shall also apply to any authorized subcontractors. F. Submittals The successful Offeror shall provide any drawings and or submittals in a digital file format acceptable to the County as well as in conventional hardcopy form. F. Price Adjustments Offerors will be required to honor their Proposal prices for the term of the contract period. G. Change Orders The scope of the services to be performed under this Contract may be amended or supplemented by mutual written agreement between the parties to the Contract. This amendatory provision shall not operate to prevent the County from exercising its reserved right to establish reasonable time schedules of and for any of the work or services to be performed by Contractor hereunder, nor to cancel any of the services not performed at the time notice is given to Contractor of the cancellation of such services or portion of the work to be performed hereunder. H. Payment on Contract Payment in full by check shall be made upon successful completion of the project and upon final project acceptance by Marathon County. Contractor is to submit properly completed invoice(s) to the address specified on the purchase order. To insure prompt payment, each invoice should indicate purchase order number, discount terms, and include Contractor/Supplier’s name and return remittance address. If commissions are to be considered, Offeror shall disclose a full accounting of how commissions will be handled for the duration of the contract.

Page 8 of 29

SECTION 5 - INSURANCE AND BONDING REQUIREMENTS A. Policies and Coverages Contractor shall not commence work under this Contract until all insurance required under this paragraph is obtained, and such insurance has been approved by the County, nor shall Contractor allow any subcontractor to commence work on their subcontract until all similar insurance requirements have been obtained and approved. 1. Worker's Compensation Insurance. Contractor shall obtain and maintain throughout the duration of this contract statutory Worker's Compensation insurance for all of its employees employed at the site or while working on this project. In case any work is sublet, Contractor shall require the subcontractor similarly to provide statutory Workers' Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by Contractor. 2. General Liability, Professional Liability, and Property Damage Insurance. Contractor shall secure and maintain in force throughout the duration of this contract such General Liability, Professional Liability, and Property Damage Insurance as shall protect him/her and any subcontractor performing work covered by this contract from claims for damages for personal injuries including accidental death, as well as from claims for property damage, which may arise from operations under this contract, whether such operations be by Contractor, or by any subcontractor or by anyone directly or indirectly employed by either of them; and the amount of such insurance shall be as follows: 

Comprehensive General Liability $1,000,000 per occurrence and in aggregate for bodily injury and Property Damage.

 

Professional Liability Coverage, $1,000,000 per occurrence and in aggregate. Automobile Liability $1,000,000 per occurrence and in aggregate for bodily injury and property damage.



Excess Liability Coverage, $1,000,000 over the General Liability and Automobile Liability Coverages.

If aircraft are used in conjunction with this project, $2,000,000 per occurrence and in aggregate for bodily injury and property damage. B. Contract Performance and Payment Bonds When the project is awarded, the following bonds or security shall be delivered to the County and shall become binding on the parties upon execution of the Contract. 

1. Performance Bond. A performance bond satisfactory to the County, executed by a surety company authorized to do business in the State of Wisconsin or otherwise secured in a manner satisfactory to the County, in an amount equal to 100% of the price specified in the Contract. 2. Payment Bond. A payment bond satisfactory to the County, executed by a surety company authorized to do business in the State of Wisconsin or otherwise secured in a manner satisfactory to the County, for the protection of all persons supplying labor and material to the Contractor or its subcontractors for the performance of the work provided for in the Contract. The bond shall be in an amount equal to 100% of the price specified in the Contract. Page 9 of 29

C. Proof of Insurance Proof of insurance and bonding will be required prior to signing of contract and issuance of the Notice-to-Proceed by Marathon County. Contractor shall furnish the County with a Certificate of Insurance countersigned by a Wisconsin Resident Agent or Authorized Representative of the insurer indicating that Contractor meets the insurance requirements identified above. The Certificates of Insurance shall include a provision prohibiting cancellation of said policies except upon 30 days prior written notice to the County and specify the name of the contract or project covered. The Certificate of Insurance shall be delivered to the Owner, with a copy of the Certificate of Insurance to be delivered to the Risk Management Division for approval prior to the execution of this contract. Upon renewal of the required insurance and annually thereafter, the County shall receive a new Certificate of Insurance for three years after completion of the project. The Certificates shall describe the contract by name and or identification number in the "Description of Operations" section of the form D. Indemnification Contractor hereby agrees to release, indemnify, defend, and hold harmless Marathon County, their officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney's fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance of contractor, its officers, officials, employees, agent or assigns. Marathon County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes.

SECTION 6 - PROPOSAL CONTENTS A. Proposal Response Format All proposals must include the following in the order listed: 1. Title Page. Include company name, local address, telephone number, fax number, e-mail address, and contact name. This page must be signed by a principal or authorized officer or representative of the company named thereon. The signature on the proposal shall be construed as the Offeror's intent to comply with all the terms, conditions and specifications in the RFP unless specific exceptions are noted in the proposal. 2. Table of Contents. Clearly identify location of information by section and page. 3. Executive Summary. The one-page executive summary is to briefly describe the Offeror's proposal. This summary should highlight the major features of the proposal. It must indicate any requirements that cannot be met by the Offeror. The reader should be able to determine the essence of the proposal by reading the executive summary. Any protected information requests should be identified in this section. 4. Detailed Response. This section should constitute the major portion of the proposal and must contain at a minimum the following information: Page 10 of 29



A brief history of company, including but not limited to ownership, date business started, mission statement, etc.



A complete narrative of the Offeror's assessment of the work to be performed, the Offeror's ability and approach, and the resources necessary to fulfill the requirements. This should demonstrate the Offeror's understanding of the desired overall performance expectations. Clearly indicate any options or alternatives proposed.



A listing of any data or information which Offeror will require in order to undertake the project.



A description of Offeror’s intended relationship with County staff, including the level of assistance anticipated in completing the work of this project.



A description of any subcontracts and associations with other firms that Offeror proposes to utilize in the performance of this work. Fully describe the intended working relationships and responsibilities of each subcontracted firm and the number of past projects in which Offeror worked with each subcontracted firm.



A specific point-by-point response to Scope of Work requirements (Section 7) and article-by-article response to the Technical Specifications (Attachment D) in the RFP.

5. Proposal Response Summary Page. Complete and sign Proposal Response Summary Page (Attachment A). All costs are to be enumerated on this form. In addition to materials, equipment, and direct labor, the stated cost should include any mark-up for fringe benefits, overhead, profit, and other direct expenses such as transportation, housing, and per diem. Identify on this form equipment/material lead time, and the time after delivery expected for completion of project. 6. Deviation Form. Complete and sign Deviation Form (Attachment B), which states the Offeror's commitment to all the provisions of this Request for Proposal. An individual authorized to execute contracts on behalf of the Offeror shall sign the Deviation Form. Any exceptions taken to the specifications or terms and conditions identified in this Request for Proposal Package must be expressly stated in the Deviation Form. 7. Company Qualifications. Include the following documentation of qualifications: •

Copy of any license(s), certification(s), registration(s), etc. required by the local, state, and/or federal authorities having jurisdiction for the contractor to perform the work of this project.



Certification, contract or approval from manufacturers that the installing contractor is authorized and trained to employ their product. If your firm is not certified, provide a statement to the effect if you intend to subcontract or affiliate with a certified firm and indicate the percentage of the work will be given to that firm.

8. Experience of Key Personnel. Include the following documentation of experience: •

List 1-3 examples of comparable projects undertaken by the Project Manager your firm is proposing for this project. The Project Manager is defined as the Page 11 of 29

person designated as having day-to-day responsibility to perform the work or to very closely supervise the work of others in the development of this project. •

Include resumes of the key personnel who will be actively working on this project. Resumes should list related project experience and general duties for each.

9. References. Submit a minimum of three (3) local references from projects where Offeror has provided services similar in size and scope to this project within the last two years. References shall include company name, address, telephone, fax number, email address and contact person. The Offeror must agree to authorize its references to furnish any information requested by Marathon County to verify references provided and to determine the quality and timeliness of previous work performed. 10. Other Information. Include with your proposal any additional descriptive literature or information which might be of assistance in the decision-making process.

SECTION 7 – SCOPE OF WORK A. Scope of Work It is the intent of these specifications to obtain proposals from qualified vendors to provide electronic monitor services for inmates of the Marathon County Jail. The systems being proposed should be accessible through a secure internet connection and supported by a secure database for transactional records. The service shall be inclusive of all technology, equipment, systems and related support services, data storage support services and shall be supported twenty-four (24) hours, seven (7) days per week. The contractor shall provide, at its own expense, all systems and equipment required for the service delivery, regardless of the actual number of units. Expectations of the services provided include, a system with a data base to monitor offender activity, monitoring units to communicate location data to the contractor’s system, all labor, materials, equipment, cellular wireless service costs and consumables necessary to perform GPS tracking services on an as-needed basis. Alcohol monitoring devices should be included in any proposals. All devices including alcohol monitoring should be on a sole web-based platform if available. B. Detailed Scope of Work INMATE ELECTRONIC MONITORING SYSTEM REQUIREMENTS Officer Focused 1. The system shall be a secure Web-Browser-based application. 2. System interface to hook up and monitor inmate activities shall be user-friendly. 3. Access should be controlled so officers only have access to functions they are authorized to use and a log should record those officers using the system and the data they reviewed. Inmate Focused 1. The proposed system shall be user-friendly. 2. The proposed system shall have the capability to allow for voice communication between the inmate and jail staff. 3. The proposed system shall be relatively inconspicuous as possible so as not to interfere with the inmate’s daily living and family interaction. 4. The system should provide prompts for inmate self-correction/notification. Page 12 of 29

System Requirements 1. System Architecture – Bidder's computer system architecture must be consistent with a web- based, three-tiered distributed service-oriented approach to application design and development. 2. Redundancy – System servers must be backed up with local near real-time redundant servers and two distant redundant servers located at a geographically redundant location that is served by separate electric providers and separate electrical grids. Redundant locations shall be served by separate telecommunications NAP’s (Network Access Points) to assure data access. 3. System Backups – Data backups must be performed every five (5) minutes; full system backups must be performed daily; and the switchover from primary server to backup server must be automatic and immediate. 4. System Reliability – Offeror must disclose all system failures since January 1, 2008 and must not have had a single unscheduled system outage longer than 2 hours in duration during that time span. 5. Emergency Readiness – Bidders must have a written Disaster Recovery Plan and make it available to Agency upon request. 6. Sustainability – System and monitoring servers must have at least two levels of backup power as well as multiple Internet and communications providers at local and geographically redundant facilities. 7. Data Security/Confidentiality – Bidder must ensure that agency data is secure across the following dynamics: physical access, network access, data access, employee access. All entries and modifications to offender information must be recorded with the associated login information. 8. Data Retention – Bidder must store Agency's tracking data for 15 years with multiple redundancies and transaction records for fast retrieval. The data must be made available to Agency within 48 hours of request, even after contract termination. 9. Near Real-Time Updates - The database must be updated in near real-time to ensure that all data is accurate and current in the software and reports. 10. Unlimited “Pings” – Regardless of the call-in interval, the system must allow users to ping the device(s), forcing an immediate download/upload of information on an unlimited basis at no additional charge. 11. Tracking and Monitoring - System must allow for active, passive, hybrid, and RF monitoring, as well as two supplemental tracking technologies to provide location information in the event that GPS is unavailable. 12. Time Stamp Accuracy – Servers, tracking devices, and all other monitoring components must be time synchronized to record the accurate date/time of every monitoring event, download, and related communications. System must record, store, back-up, archive, and report the exact date/time of every event, every download, every call-in, every notification, and the very second each notification was received by an officer. 13. Near Real-Time Monitoring - The system shall enable the Department to monitor the near real time position for a specific offender’s location at any and all times. Offender location data shall be uploaded a minimum of once every 60 minutes while in compliance and immediately uploaded when the offender is in violation status. 14. Query Capability – The system shall have the capability to query the database for any/all GPS offenders based on specified dates, times, and locations. Page 13 of 29

15. Text Notes - The system shall provide the capability for the entry of narrative-style notes by Department personnel and/or the Contractor’s monitoring center staff. These notes will be utilized as documentation of steps taken to resolve offender alarms. Monitor Center Requirements 1. Location – Contractor’s place of business and monitoring center facilities used for this program shall be located within the Unites States of America. 2. Uninterrupted Operation – All systems, hardware, and software must be capable of uninterrupted operation, including building support services, such as electrical power. The monitoring center shall have a permanently installed and functioning backup power source, independent of its main power source, capable of maintaining continuous operations for a minimum of forty-eight hours in the event of power outage. 3. Redundancy – The contractor shall have a secondary (backup) monitoring center capable of providing full operational functions in the event the primary monitoring center is disabled. The secondary monitoring center shall be located sufficiently distant from the primary center that it is unlikely to be adversely affected by a manmade or natural event or loss of electrical or communications services that would disable the primary monitoring center. 4. Service Notice – In the event of any component of the Contractor’s service becomes inoperable, the Contractor shall immediately notify the Contract Manager or designee by telephone, but no later than thirty (30) minutes after service failure. 5. Staffing – The Monitoring center must be staffed with trained agents 24/7, 365 days of the year. 6. Training – Bidder must have a formal training program in place for training monitoring center agents with fixed interval update training to ensure ongoing competency on new products and system features. 7. Quality Assurance Measures – Monitoring center operations must document performance metrics and employ quality assurance measures for service delivery that include: live call monitoring, recorded call review, and corrective actions. 8. Security – The monitoring center must be located in a secure facility with limited access, video surveillance, and security protocols in place to restrict access and help ensure operational continuity. 9. Competency – The monitoring center must have an onsite trainer who is competent in the use of the system and all proposed products, as well as in curriculum design and training delivery. 10. Supervision – The monitoring center must have a supervisor on every shift to oversee service delivery and be available to callers upon request. 11. Recorded Calls – All voice calls to and from the monitoring center must be recorded with a transaction log to allow for filtering and quick access. The recorded calls must be backed up and saved for fifteen years. 12. Alarm Response – Monitoring center must be able to demonstrate competency and experience in executing customized alarm protocols to meet agency needs. This includes providing an initial response to pre-determined alarm notifications to troubleshoot and resolve the notifications per established protocols as agreed to by both the Department and the Contractor. In the event an alarm notification is unresolved, the Contractor’s monitoring center shall be responsible for contacting the Department’s designated officer via, text message, fax, email or phone at the Page 14 of 29

Department’s discretion. These services shall be provided twenty-four (24) hours per day seven (7) days per week. 13. Ownership of Monitoring Center - Vendor must possess an in-house monitoring center that complies with the monitoring center requirements. 3rd party monitoring center will not be accepted. 14. Toll-Free Number – The contractor shall provide a toll-free telephone number to be supplied to staff to contact the monitoring center for hardware, software, troubleshooting, or alarm resolution assistance at any time. Software Requirements 1. Web Based Software - An internet link must be provided to the respondent’s web based data application software with all data processing functions occurring solely on the respondent’s servers. 2. Equipment Access - The web system will allow access to all tracking equipment (both one and two piece GPS, RF equipment and alcohol equipment) with the ability to switch between device type and supervision level easily and to provide all relevant reports for each offender with any device type. 3. Mapping – The mapping software utilized shall include but not be limited to the following: a. Allow unlimited access to the most up to date maps available with state of the art graphics and aerial photography capabilities; b. Allow for zooming/scaling from street level to statewide; c. Allow for identification/labeling of streets; d. Display offender location information in a sequenced event and/or at a specific date and time; and e. Display inclusion and exclusion zones that shall be printable from the screen. 4. Reports – Reports generated from the web based software must be accessible in both PDF and excel formats. 5. Reports - Provider’s monitoring software shall have a report web site that lists reports that include but are not limited to: Violation Summary of one participant, Violation Summary of all participants, Inventory Report that includes the current shipping location with link to the shipping provider from within the report, Inventory Management Report that details assigned and unassigned equipment. 6. Offender Points — Software shall have the ability to view multiple offenders at one time on the mapping screen to allow users to quickly compare the offenders’ points. 7. Offender Points — System shall allow users to view up to 7 days of points for individual offenders on each screen. 8. Case Management — Vendor’s monitoring software must include a built in case management tool. The case management tool shall provide the capability for the entry of narrative-style notes by Department personnel and/or the Respondent’s monitoring center staff. These notes will be utilized as documentation of steps taken to resolve offender alarms. Page 15 of 29

9. Offender Monitoring — Vendor must provide monitoring center software that allows agency monitoring agents to open, close and escalate alarms. 10. Crime Scene Correlation — System shall provide crime scene correlation where offender location is electronically laid over or in proximity to a suspected crime location. 11. Authority Levels – System shall provide the ability to assign various access levels based upon user need. One Piece GPS Requirements 1. Tracking Device – The GPS device must be capable of calculating its exact position using the U.S. Government’s Global Positioning System satellites and users must be able to switch between Active, Passive, and Hybrid supervision levels on the fly, without even seeing or touching the device. 2. RF Module – In addition to GPS tracking capability, the device must also incorporate an RF module that allows it to communicate with an RF beacon in the residence. 3. Designed for Intended Use – All equipment must be designed and manufactured for the specific purpose of tracking and monitoring offenders. Devices must not be adapted from phones or any other equipment and must not be available on the open market. 4. Safe - Body-worn devices must be hypoallergenic and have no sharp edges that may cause health or other safety hazards to offenders and/or staff. 5. Suitable for the Purpose – All proposed tracking devices must meet the IEC60529 standards for durability and be tested for: operating temperature, stored temperature, shock and vibration, water resistance, and operating humidity range. 6. FCC Registered – All proposed equipment must to be in compliance with mandated market safety standards and registered with the FCC; provide FCC Grant numbers. 7. Weight – One-piece devices must not weight more than 8.0 ounces with battery and strap attached as installed on leg. 8. Anti-Tamper – Device must incorporate tamper detection technologies for both the housing and the strap and alert Agency of tamper attempts. 9. Device Communication – The device must provide for multiple modes of communication with offenders that are not alarming the public. 10. Autonomous Tracking – The device must have sufficient onboard intelligence to calculate its exact position and to know its compliance status at all times. Upon battery and geographic violation, the device itself must be able to trigger alarms (even without being connected to the server) delivering immediate notification to the offender without waiting for the next scheduled call-in and at the same time, initiating contact with the system to download its data. 11. Alarm Notifications – The device must trigger notification of the following events: device tamper, strap tamper, low battery, and motion in the absence of GPS, loss of cellular signal, zone violation. 12. Nonvolatile Memory – Device must have sufficient nonvolatile memory to store at least 30 days of tracking events. Memory must be stable and permanent so that data can be retrieved even long after the power is depleted. 13. Internal Diagnostics – The device must contain internal diagnostics that run on a constant basis to evaluate its operating capabilities. Any irregularities should be immediately reported to the server for processing and notification. Page 16 of 29

14. Battery Type – Battery must be rechargeable and provide at least 48 hours of operation on a full charge to provide enough power to last the day, even in the event of a missed or irregular charge cycle. 15. Battery Life – The battery must be rechargeable for at least 365 recharge cycles and have at least a two-year shelf life. 16. Battery Replacement – The device must have a battery that is not replaceable in the field. 17. Battery Status – The system must report the charge status of every device battery at all times with notification of low battery to offender and optional notification to officer. 18. Supplemental Tracking – In addition to GPS, the device must incorporate a cellularbased tracking technology (for location) and a motion-based technology (for movement) to detect when an offender is moving in the absence of a GPS signal. 19. Equipment ID – Devices must be marked with identifying serial numbers that will not change colors or fade after exposure to common cleaning products. 20. Power Charger – Charging device must include UL rated surge suppression to protect both offender and device from fluctuations in 110V AC power. 21. Capable of Communicating via landline – Device must provide capability of communication through standard telephone landline via dedicated base unit. Optional Beacon 1. Beacon Tether – For an even tighter tether in the residence, the tracking system must include an optional beacon that communicates with the one-piece GPS device. The beacon must transmit an RF signal that is detected and reported by the GPS device, allowing the GPS device to ignore the loss of GPS signal as well as inclusion zone violations. 2. Power – The beacon must operate on AC power and include an internal battery backup capable of providing up to 24 hours of operation in the event of a power outage. 3. Motion Sensor – The beacon must provide assurance that it remains stationary, preventing removal from the offender’s home. 4. Notifications - The system must generate the following notifications through the GPS receiver/dialer: a. When the GPS device is in range b. Loss of AC power c. Motion detection d. Curfew violations when a schedule is in place Two Piece Tracking Device Requirements 1. Notification — The unit shall provide a clear means of notification (alarm) to the offender when the offender is in an area defined to be off limits (exclusion zone). 2. Manufacturing — The Respondent shall be the manufacturer and owner of the electronic monitoring equipment and the GPS tracking software and not a reseller or subcontractor (proposing company must own the design and be capable of modifying/supporting the equipment without the involvement of a third party).

Page 17 of 29

3. FCC Registered – All proposed equipment must to be in compliance with mandated market safety standards and registered with the FCC; provide FCC Grant numbers. 4. Designed for Intended Use – All equipment must be designed and manufactured for the specific purpose of tracking and monitoring offenders. Devices must not be adapted from phones or any other equipment and must not be available on the open market. 5. Suitable for the Purpose – All proposed tracking devices must meet the IEC60529 standards for durability and be tested for: operating temperature, stored temperature, shock and vibration, water resistance, and operating humidity range. 6. Anti-Tamper – Device must incorporate tamper detection technologies for both the housing and the strap and alert Agency of tamper attempts. 7. Autonomous Tracking – The device must have sufficient onboard intelligence to calculate its exact position and to know its compliance status at all times. Upon battery and geographic violation, the device itself must be able to trigger alarms (even without being connected to the server) delivering immediate notification to the offender without waiting for the next scheduled call-in and at the same time, initiating contact with the system to download its data. 8. Internal Diagnostics – The device must contain internal diagnostics that run on a constant basis to evaluate its operating capabilities. Any irregularities should be immediately reported to the server for processing and notification. 9. Memory — The receiver/dialer shall include an internal clock and enough memory to store 60,000 points or 30 days of data if communication with the monitoring center is disrupted. 10. Battery Life — The tracking device must have a minimum of 24 hour battery life and be fully charged in 4 hours or less. 11. Battery Replacement – The device must have a battery that is not replaceable in the field. 12. Battery Status – The system must report the charge status of every device battery at all times with notification of low battery to offender and optional notification to officer. 13. Nonvolatile Memory – Device must have sufficient nonvolatile memory to store at least 30 days of tracking events. Memory must stable and permanent so that data can be retrieved even long after the power is depleted. 14. Voice Capability — The tracking device must have 2 way voice communication capability. The device must be able to call up to 4 preprogrammed telephone numbers and must be able to receive incoming telephone calls. The device must be able to prevent display of the incoming telephone number. 15. Text Messaging — Unit must be able to receive automatic and on demand text messages from the system, and to display text description of relevant alarms. 16. Text messaging — The tracking device must be able to receive text messages that are both pre- defined and free form. 17. Communication — The tracking device must communicate with the offender via text messaging, LED lights, vibrations, audible alerts, and 2 way voice communication even when no communication with vendor’s server is available. 18. Cellular Network — The unit must utilize advanced GSM network as main channel of communication and data uploads. 19. Transmitter — Transmitter must alert the system 7 days prior to its battery is completely depleted. Page 18 of 29

20. Base Station — Unit must be provided with an optional Base Station. This base station must have landline communication capability to allow for data reporting to the server. 21. Base Station — Base Station must have a caller ID feature that reports when the base station is calling in from a telephone number other than the telephone number registered with the offender’s record in the monitoring software. 22. Point Collection — Unit shall collect a point once every minute or fifteen seconds in a zone violation at no additional cost. 23. Supplemental Tracking – In addition to GPS, the device must incorporate a cellularbased tracking technology (location) and a motion-based technology (movement) to detect when an offender is moving in the absence of a GPS signal. 24. Transmitter - Transmitter battery shall not be field replaceable. Transmitter must be water proof for more than 30 feet. Radio Frequency (RF) System Requirements 1. Motion Detector - The cellular version of the base station must contain a motion detector to determine if it is being moved. 2. Base Station Memory - The base station must record and store 30 days of events in its memory. 3. Backup Battery - The base station must have a 48 hour back up battery that will allow the device to record and store events as well as transmit data to the data center. 4. Call In - The base station must have the ability to manually call in to the data center by pushing a button or series of buttons on the unit. 5. Processing - The base station must process violations on board and not need to call in to the data center to determine if an offender is in violation status. 6. Transmitter - Transmitter must alert the system 7 days prior to battery depletion. 7. Transmitter - Transmitter battery shall not be field replaceable. Transmitter must be water proof for more than 30 feet. 8. Landline Backup - Cellular unit must have a landline capability to transmit data via PSTN landline in the event no sufficient cellular coverage is available. 9. Activation of landline units - Activation process must be automatic, limited to connecting the unit to phone line and installing the transmitter on the offender’s ankle. No communication with the monitoring or using dedicated tools or keys for activation is acceptable. 10. Drive By Unit - System must support the use of a “drive-by” unit to detect offenders in range of hand held office mobile device. 11. Base Station — Base Station must have a caller ID feature that reports when the base station is calling in from a telephone number other than the telephone number registered with the offender’s record in the monitoring software. Breath Alcohol System Requirements 1. Supervision Level — The Alcohol Monitoring Device must offer 3 levels of supervision: visual, breath, and optional integrated RF. 2. Testing Parameters — The Alcohol Monitoring Device must offer manual, automatic, and randomly scheduled Remote Breath Alcohol Testing (BAT) with visual confirmation. Page 19 of 29

3. Alerting the offender — Unit must alert the offender whenever a test needs to be performed, without the need to use additional means of communication (cellular phone or other). 4. Synchronized schedule — Remote Alcohol Monitoring Unit must synchronize between scheduled alcohol tests and home curfew schedule. 5. Automatic tests — Unit must be able to generate automatic test when offender is entering the home. 6. Experience – Remote alcohol monitoring technology offered must have proven field experience of at least two years. 7. Backup Battery — The device must have an 18 hour battery backup so that testing may continue during power outages. 8. RF Capability — The device must offer optional continuous radio frequency presence monitoring with full home curfew program using a transmitting tag attached to the client’s ankle. 9. Color Picture — The alcohol monitoring device must offer enhanced visual offender identification including a color picture. 10. Number of Daily Tests — The alcohol monitoring device must allow a user to schedule 9 daily tests. 11. Status Tests — Remote alcohol monitoring unit must be able to communicate regularly every 4 hours to report on unit status, and to upload test data as needed. 12. Repeating Tests — Remote alcohol monitoring unit must be able to detect fail tests, and to automatically generate repeating test before sending error to the server. 13. Landline - Remote alcohol monitoring unit must be capable of transmitting tests data via regular landline (PSTN) or cellular. 14. Guest Transmitter Detection —Remote alcohol monitoring unit must report on presence of any transmitter that comes in range, in addition to the offender under monitoring. 15. Home Curfew Rules — Remote alcohol unit must report on following events on home curfew program (among other): Body Tamper, Strap Tamper, and Motion Tamper. 16. Immediate Reporting — Remote alcohol monitoring unit must be capable of immediate reporting on drinking event to the agency, within no more than 10 minutes from drinking. 17. Accurate values - Unit must report the presence of alcohol level in BAC units (breath alcohol), in an accurate numeric value, with no base line required for the offender. Training 1. Vendor shall provide initial installation training to the Marathon County staff in system administration, operation, and reporting. Upgrade and refresher training is also required for the length of the contract at no cost to the County. 2. The vendor must have the ability to provide initial and ongoing training in through multiple options such as live training, WebEx and have an online help system integrated into the system. 3. Describe training program; include description of course and any applicable documents.

Page 20 of 29

Training Requirements It is instrumental to the success of Electronic Monitor Program that Marathon County personnel be trained in various aspects of the system operation. Therefore, the Offeror must provide a complete training schedule based on the following requirements. 1. The Offeror must provide all end-user training to the Marathon County at no cost. 2. The Offeror must provide all end-user training on site at the various Marathon County facilities. 3. The Offeror must provide training for various levels of Marathon County personnel including full-time system administrators, part-time system administrators, special investigators, and data entry specialists, etc. 4. The Offeror must provide full training for all assigned system users on how to create, delete and modify inmate programming and profiles. 5. The Offeror must provide full training for all assigned system users on how to generate appropriate system reports. 6. The Offeror must provide full training for all assigned system users on how to maintain inmate alert levels and respond accordingly when these levels are exceeded. 7. The Offeror shall provide full training for all assigned Marathon County system users on how to change inmate restriction levels. 8. The Offeror must provide full training for all assigned system users on how to initiate system restrictions. 9. The Offeror must provide ongoing system training for existing Marathon County personnel when required by the Marathon County at no cost. 10. The Offeror must provide additional training for new Marathon County personnel when required by the Marathon County at no cost. 11. The Offeror must describe, in its response, any advanced system training that may be available to Marathon County personnel whether provided on-site at the Marathon County facility, off-site at the Offeror’s training facilities or via webinar. 12. The Offeror must in its proposal include the name, title and qualifications of the Offeror staff member who will have the overall responsibility for training. 13. The proposed Electronic Monitor System must provide for integrated help function for system operation, administration, reporting and management functions. 14. The Offeror must provide a “live” Help Desk support function to Marathon County at no cost to the Marathon County during the term of this contract. This Help Desk function must be capable of providing support via telephone to the Marathon County Electronic Monitoring personnel for the functions of the Electronic Monitoring System. This “live” Help Desk must be available 24 hours a day, 7 days a week, 365 days per year. 15. The “live” Help Desk support function provided by the Contractor must be located within the continental United States. Equipment/System Maintenance 1. The Offeror must provide a Electronic Monitoring System at the Marathon County Jail that is fully functional in regards to all labor, materials, programming, system hardware and software. 2. The Offeror must warrant that the Electronic Monitor System installed for the Marathon County Jail shall be free of defects, irregularities, unprofessional Page 21 of 29

installation, code violations and shall operate as designed and proposed. Should the system not operate as designed and proposed or violate any local, state or federal code, the Offeror shall immediately correct the defect or irregularity or bring the system within code and performance specifications at no cost to the Marathon County. 3. The Offeror must provide all post installation system programming and maintenance services at no cost to the Marathon County. 4. The Offeror must agree in its response that maintenance service is available on its Electronic Monitor System seven days per week, twenty-four (24) hours a day, 365 days per year. 5. The Offeror must propose an Electronic Monitor System that provides for remote diagnostics and maintenance. 6. The Contractor is responsible for replacement of the Electronic Monitoring System in its entirety or its individual components regardless of cause including, but not limited to, normal wear/use and natural disaster. This system or component replacement will be performed at no cost to the Marathon County and will occur immediately upon notification to the Offeror of the system problem by the Marathon County Jail. 7. Should any critical component of the Electronic Monitor System provided by the Offeror fail, the Offeror must respond to Electronic Monitor System maintenance/repair calls from the Marathon County Jail in the manner outlined in this section. 8. For the purpose of this RFP, a “Major Emergency” shall be defined as an occurrence of any one of the following conditions. The Offeror is required to further negotiate with the Marathon County Jail prior to system installation to determine additional specific criteria for a “Major Emergency”. a) A failure of the Electronic Monitoring System software, its common equipment or power supplies which render the system incapable of performing its normal functions; b) A failure of the recording function or any of its components that affects the full recording operation; 9. For a “Major Emergency” the Offeror must respond to the service problem within 30 minutes of initial trouble report by the Marathon County Jail through the use of remote testing or access. Should the Electronic Monitor System not be accessible for remote access, the Offeror must have a qualified technician, suitably equipped for the installed Electronic Monitor System, on site at the Marathon County Jail within two (2) hours from the time of initial trouble report. 10. Response to “Major Emergency” conditions must be performed on a 24 Hours-aDay/Seven Days-a-Week/365 Days-a-Year basis throughout the term of this contract. 11. For a “Routine Service” the Offeror must respond to the service problem within seven (7) days of the initial trouble report by the Marathon County facility through the use of remote testing or access. 12. It is required that that all maintenance calls from the Marathon County be answered by a “live” service representative who is located within the continental United States at all times. C. Constraints in Contractor Use of Site 1. Work Hours: The work of this project is to take place only between the hours of 7:00AM and 4:30PM Monday through Friday. Contractor shall work with Owner in Page 22 of 29

developing a schedule and work sequence that will be coordinated ahead of time, particularly for any activities which impact the building’s occupants. 2. Facility Access: The County shall make arrangements for Contractor access to any areas of the facility necessary to complete the project, upon prior notice being provided by the Contractor. 3. Staging Area: Very limited space will be available on site for material and equipment unloading and staging. Careful coordination of material and equipment delivery dates with the construction schedule is strongly recommended to minimize staging difficulties.. 4. Contractor Parking: Very limited on-site parking will be available at this facility. Parking spaces designated for Contractor use may not be immediately adjacent to project work area and may not be in sufficient quantity to allow each individual worker to park his/her own vehicle on site. 5. Electric Service: Contractor may use existing Electrical Service for temporary power and lighting. •

Owner to pay cost of energy used. usage.

Take measures to conserve electrical



If Contractor requires power in excess of the temporary service, Contractor shall provide own portable units or shall make arrangements with an electrical contractor and pay all costs for installation, maintenance, and removal.

6. Dumpsters: Existing dumpsters on site are for Owner’s use only. Provide dumpster(s) to adequately contain all accumulated materials from all trades. Remove all rubbish and waste from Owner’s property and legally dispose of. D. Other Scope Requirements 1. All equipment, materials, and workmanship on this project shall conform to applicable federal, state and local codes. 2. Any and all permits as required by authorities having jurisdiction, whether local, state, county, and/or federal, are the complete responsibility of the Contractor and must be obtained prior to commencement of the work. Any and all expense/cost related to obtaining required permits is the sole responsibility of the Contractor. 3. Initial implementation shall be completed no later than April 15, 2014.

SECTION 8 - MARATHON COUNTY PROCUREMENT POLICY All aspects of this Request for Proposals will be in accordance with the Marathon County Procurement Policy, Sections 3.01 through 3.16 of the General Code of the County of Marathon. A copy of the Procurement policy is available at the office of the Marathon County Clerk, Marathon County Courthouse, 500 Forest Street, Wausau, Wisconsin 54403. The following are excerpts from the Marathon County Procurement Policy: Page 23 of 29

A. Public Announcement and Selection Process It is the policy of Marathon County to publicly announce all requirements for construction and land surveying services and to negotiate such contracts on the basis of demonstrated competence and qualifications and past performance with existing contracts as determined in prequalifying procedures. In the procurement of construction and land surveying services, Marathon County shall request firms to submit a statement of qualifications and performance data. All information submitted in response to the Request for Proposals shall constitute a Public Record upon award of this contract. B. Termination of Contract The County may, for its convenience, terminate this contract at any time by a notice in writing from the County to Contractor by certified mail. If the Contract is terminated by the County as provided herein, Contractor shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of Contractor covered by this Contract, unless payments of compensation have previously been made. C. Change Orders (refer to Section 4, Paragraph G) D. Gratuities and Kickbacks It shall be unethical for any person to offer, give, or agree to give any elected official, employee or former employee, or for any elected official, employee or former employee to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer for employment in connection with any decision, approval, disapproval, recommendation, preparation or any part of a program requirement or a purchase request, influencing the contents of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity in any proceedings or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to any program requirement or a contract or subcontract, or to any solicitation or proposal therefore. It shall be unethical for any payment, gratuity, or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime contractor or a higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract, or order. E. Non-Appropriation of Funds Notwithstanding anything contained in this contract to the contrary, no Event of Default shall be deemed to have occurred under this contract if adequate funds are not appropriated during a subsequent fiscal period during the term of this contract so as to enable the County to meet its obligations hereunder, and at least thirty (30) days written notice of the nonappropriation is given to Contractor. F. Hold Harmless (refer to Section 5, Part D) G. Americans with Disabilities Act Compliance In connection with the performance of work under this contract, Contractor agrees that no qualified individual with a disability, as defined by the Americans with Disabilities Act, shall, by reason of such disability, be excluded from participation and the benefits of services, programs, or activities, including employment, or be subjected to discrimination. Contractor is specifically notified that it is subject to all employment requirements listed under Title I of the Americans with Disabilities Act by virtue of its contract with Marathon County, a public entity. Contractor is specifically notified that it is subject to federal requirements to assure participation and access to public facilities, programs, and activities under Title II of the Page 24 of 29

Americans with Disabilities Act by virtue of its contract with Marathon County, a public entity. These requirements mandate separate or special programs or reasonable modification of existing programs, services, and activities without surcharge to disabled individuals as long as safety is not compromised. Contractor shall provide a similar notice to all its subcontractors. H. Insurance Requirements (refer to Section 5, Part A) I. Proof of Insurance (refer to Section 5, Part C) J. Dispute Resolution If a dispute related to this agreement arises, all parties shall attempt to resolve the dispute through direct discussions and negotiations. If the dispute cannot be resolved by the parties, and if all parties agree, it may be submitted to either mediation or arbitration. If the matter is arbitrated, the procedures of Chapter 788 of the Wisconsin Statutes or any successor statute shall be followed. If the parties cannot agree to either mediation or arbitration, any party may commence an action in any court of competent jurisdiction. If a lawsuit is commenced, the parties agree that the dispute shall be submitted to alternate dispute resolution pursuant to §802.12, Wis. Stats., or any successor statute. Unless otherwise provided in this contract, the parties shall continue to perform according to the terms and conditions of the contract during the pendency of any litigation or other dispute resolution proceeding. The parties further agree that all parties necessary to the resolution of a dispute (as the concept of necessary parties is contained in Chapter 803, Wisconsin Statutes, or its successor chapter) shall be joined in the same litigation or other dispute resolution proceeding. This language relating to dispute resolution shall be included in all contracts pertaining to this project so as to provide for expedient dispute resolution. K. Non-Debarment Clause Contractor hereby certifies that neither it nor any of its principal officers or officials has ever been suspended or debarred, for any reason whatsoever, from doing business or entering into contractual relationships with any governmental entity. Contractor further agrees and certifies that this clause shall be included in any subcontract of this contract. L. Statement of Compliance Contractor has carefully reviewed Marathon County's required contract language, as set forth in the Request for Proposal/Bid pertaining to termination of contract, change orders, gratuities and kickbacks, non-appropriation of funds, hold harmless/indemnification, ADA compliance, insurance requirements/proof of insurance, dispute resolutions, and nondebarment, and is in full compliance with all statements and requirements. This contract language is incorporated herein by specific reference as if set forth in full. Any statements set forth in this contract document that conflict with Marathon County's contract language are superseded by Marathon County's required contract language. M. Notice Regarding Wisconsin Open Records Law Notice Regarding Wisconsin Public Records Law. Consultant/Contractor understands and agrees that Marathon County is a political subdivision of the State of Wisconsin. As such, Marathon County is subject to the Wisconsin "Public Records Law." Consultant/Contractor agrees to clearly identify any confidential or proprietary information it does not wish disclosed by Marathon County pursuant to public records requests at all times during the course of this Agreement, or thereafter. In the event Marathon County becomes involved in litigation due to Page 25 of 29

a refusal to release information identified as confidential or proprietary by Consultant/Contractor, Consultant/Contractor agrees to indemnify, defend and hold harmless Marathon County for any costs associated with said litigation. N. Independent Contractor Status The relationship of the Contractor to Marathon County shall be that of an independent contractor and the Contractor shall not be entitled to any of the rights, benefits, salaries, wages or fringe benefits which employees of Marathon County are eligible to receive. Nothing in this agreement shall be construed so as to deem the Contractor, its employees or agents; 1) As employees of Marathon County; 2) As carrying out the functions of Marathon County; or 3) As effectively acting as or in place of Marathon County. The Contractor has no authority to incur any obligation for or on behalf of Marathon County. No federal, state, or local taxes or social security deductions or contributions shall be made by Marathon County on behalf of the Contractor

SECTION 9 – ENUMERATION OF REQUEST FOR PROPOSAL DOCUMENTS Request for Proposal documents consist of: 1. This Request For Proposals 2. The Following Attachments: A - Proposal Response Summary Page B – Deviation Form C – Proposal Evaluation Score Sheet (example provided for your information; do not submit)

Page 26 of 29

ATTACHMENT A

PROPOSAL RESPONSE SUMMARY PAGE

Offeror Name: _____________________________________________________________ Proposed Cost 1. Total lump sum cost for complete implementation of an Inmate Electronic Monitor System as described in the RFP Electronic Monitor (one-piece) System per RFP

$___________________

Electronic Monitor (two-piece) System per RFP

$___________________

Alcohol Monitor System per RFP

$___________________

2. Warranty period of each system

_______________________ years

Warranty coverage (check one)

□ includes □ does not include Individual components of the electronic monitor/alcohol monitor system. Completion Schedule 1. Number of calendar days from date of executed Purchase Order to equipment delivery date: 2. Number of calendar days from date of equipment delivery to project implementation including training:

___________________________________ Signature/Date

_______________ _______________

_____________________________ Title

(Any deviation from the above format may result in disqualification of proposal)

Page 27 of 29

ATTACHMENT B DEVIATION FORM All deviations from the requirements of this Request for Proposals must be noted on this Deviation Form. In the absence of any entry on this Form, the prospective Offeror assures Marathon County of their full agreement and compliance with the Specifications, Terms, and Conditions herein. Each Proposal submitted in response to this Request for Proposals shall contain a copy of this Deviation Form, which states the prospective Offeror’s commitment to the provisions in the Request for Proposals. An individual authorized to execute contracts must sign the Deviation Form. Any exceptions taken to the terms and conditions identified in the Request for Proposals Package must be expressly stated in the Deviation Form. Section # or Page # of RFP or Specification

Description of Deviation or Exception Taken (add continuation sheet if necessary)

THIS DEVIATION FORM MUST BE SIGNED BELOW BY EACH PROSPECTIVE OFFEROR – WHETHER OR NOT THERE ARE DEVIATIONS LISTED – AND SUBMITTED WITH OFFEROR’S PROPOSAL

____________________________ Company Name

________________________________ Authorized Signature

__________ Date

Page 28 of 29

ATTACHMENT C Inmate Electronic Monitor System Marathon County Sheriff’s Department PROPOSAL EVALUATION SCORESHEET Firm Name: ____________________

Score will be assigned as follows: 0 = Failure, no response

Evaluator: _____________________

1 = Poor, inadequate, fails to meet requirements 2 = Fair, only partially responsive 3 = Average, meets minimum requirement

Date: _________________________

4 = Above average, exceeds minimum requirement 5 = Superior

1. Demonstrated Ability to Meet Scope of Work (50 points possible) Technical requirements (Equipment Specs) Scope of Work requirements (RFP Section 7) Deviations from requirements (Deviation Form) 2. Demonstrated Technical Capability (10 points possible) Licenses, certifications, and registrations Manufacturer certification(s) 3. Qualification and Expertise of Staff (20 points possible) Project Manager experience Key personnel experience 5. Cost (20 points possible) TOTAL EVALUATION POINTS

Score (0-5)

Weight

Weighted Score

▬▬

▬▬

▬▬

20 points possible 20 points possible 10 points possible

x4 x4 x2 ▬▬

▬▬

5 points possible 5 points possible

▬▬

x1 x1 ▬▬

10 points possible 10 points possible 20 points possible (100 points possible)

▬▬

▬▬

x2 x2 x4 TOTAL

This page included for information only. Do not complete or submit this form with your proposal!

Page 29 of 29