Contract - County of Ventura and ImageWare Software Inc.
PURCHASING SERVICES COUNTY OF VENTURA SHOW THIS NUMBER
800 SOUTH VICTORIA AVENUE GENERAL SERVICES AGENCY ON ALL DOCUMENTS
VENTURA, CA 93009-3120
(805) 654-3750 FAX (805) 654-3754 PC 40500000509
REFER INQUIRIES TO BUYER: CENTRALIZED PURCHASE ORDER
ROSA CENICEROS
THIS ORDER SUPERSEDES PRIOR ORDERS WITH SAME NUMBER
<TABLE>
<CAPTION>
BID/CONTRACT NUMBER PAGE DATE DELIVER ON OR BEFORE: SHIP TO: COUNTY OF VENTURA
<S> <C> <C> <C> <C>
1 OF 2 09/17/99 12/01/99 SHERIFF'S DEPARTMENT
BUSINESS OFFICE
VENDOR NUMBER 800 S VICTORIA AVE
330224167 A SHD/4052 VENTURA, CA 93009-3340
TO: IMAGEWARE SOFTWARE INC
10883 THORNMINT RD
SUBMIT INVOICE IN DUPLICATE TO:
SAN DIEGO, CA 92127 COUNTY OF VENTURA
SHERIFF'S DEPARTMENT
BUSINESS OFFICE
PAYMENT TERMS: FAILURE TO INDICATE THE CORRECT ORDER NUMBER 800 S VICTORIA AVE
NET 30 DAYS ON YOUR INVOICE AND/OR FAILURE TO SUBMIT INVOICES VENTURA, CA 93009-3340
F.O.B. POINT: PROPERLY AS INDICATED ON THE PURCHASE ORDER
DESTINATION CAN DELAY PROCESSING OF PAYMENT.
</TABLE>
<TABLE>
<CAPTION>
ITEM
NO. MATERIAL OR SERVICE QUANTITY UNIT UNIT PRICE COST
---- --------------------------------------------------------------- ------------ ---------- ---------- -----------
<S> <C> <C> <C> <C> <C>
REF REQUISITION: 40500000637
001 IN ACCORDANCE WITH VENTURA COUNTY CONTRACT #3919, PROVIDE 18,444.76 LOT 1.000 18,444.76
ALL HARDWARE, SOFTWARE, LABOR AND MATERIALS FOR A TURNKEY PHOTO
IMAGING SYSTEM.
--------------------------------------------------------------- ------------ ---------- ---------- -----------
002 HARDWARE ACCOUNTING ALLOCATION 170,158.83 LOT 1.000 170,158.83
--------------------------------------------------------------- ------------ ---------- ---------- -----------
003 HARDWARE FOR PHOTO IMAGING SYSTEM 37,871.35 LOT 1.000 37,871.35
--------------------------------------------------------------- ------------ ---------- ---------- -----------
004 CAMERA ACCESSORIES FOR PHOTO IMAGING SYSTEM 44,846.00 LOT 1.000 44,846.00
--------------------------------------------------------------- ------------ ---------- ---------- -----------
005 SOFTWARE FOR PHOTE IMAGING SYSTEM 101,446.70 LOT 1.000 101,446.70
SUB TOTAL 372,767.64
---- --------------------------------------------------------------- ------------ ---------- ---------- -----------
</TABLE>
VENDOR -- READ IMPORTANT INSTRUCTIONS AND CONDITIONS
ON REVERSE SIDE. -- TERMS AND CONDITIONS SET FORTH
IN OUR BID OR QUOTATION, AND/OR INCORPORATED HEREIN
BY REFERENCE, BECOME A PART OF THIS ORDER.
THOMAS A. GILL, C.P.M, PURCHASING AGENT/MATERIALS MANAGER
/s/ Thomas A. Gill
-------------------
<PAGE>
PURCHASING SERVICES COUNTY OF VENTURA SHOW THIS NUMBER
800 SOUTH VICTORIA AVENUE GENERAL SERVICES AGENCY ON ALL DOCUMENTS
VENTURA, CA 93009-3120
(805) 654-3750 FAX (805) 654-3754 PC 40500000509
REFER INQUIRIES TO BUYER: CENTRALIZED PURCHASE ORDER
ROSA CENICEROS
THIS ORDER SUPERSEDES PRIOR ORDERS WITH SAME NUMBER
<TABLE>
<CAPTION>
BID/CONTRACT NUMBER PAGE DATE DELIVER ON OR BEFORE: SHIP TO: COUNTY OF VENTURA
<S> <C> <C> <C> <C>
2 OF 2 09/17/99 12/01/99 SHERIFF'S DEPARTMENT
BUSINESS OFFICE
VENDOR NUMBER 800 S VICTORIA AVE
330224167 A SHD/4052 VENTURA, CA 93009-3340
TO: IMAGEWARE SOFTWARE INC
10883 THORNMINT RD
SUBMIT INVOICE IN DUPLICATE TO:
SAN DIEGO, CA 92127 COUNTY OF VENTURA
SHERIFF'S DEPARTMENT
BUSINESS OFFICE
PAYMENT TERMS: FAILURE TO INDICATE THE CORRECT ORDER NUMBER 800 S VICTORIA AVE
NET 30 DAYS ON YOUR INVOICE AND/OR FAILURE TO SUBMIT INVOICES VENTURA, CA 93009-3340
F.O.B. POINT: PROPERLY AS INDICATED ON THE PURCHASE ORDER
DESTINATION CAN DELAY PROCESSING OF PAYMENT.
</TABLE>
<TABLE>
<CAPTION>
ITEM
NO. MATERIAL OR SERVICE QUANTITY UNIT UNIT PRICE COST
---- --------------------------------------------------------------- ------------ ---------- ---------- -----------
<S> <C> <C> <C> <C> <C>
006 INSTALLATION OF COMPUTER PHOTO IMAGING SYSTEM 64,332.42 LOT 1.000 64,332.42
SUB TOTAL 437,100.06
TOTAL DISCOUNT 0.00
TOTAL FREIGHT 0.00
TOTAL TAX 0.00
GRAND TOTAL 437,100.06
---- --------------------------------------------------------------- ------------ ---------- ---------- -----------
</TABLE>
VENDOR -- READ IMPORTANT INSTRUCTIONS AND CONDITIONS
ON REVERSE SIDE. -- TERMS AND CONDITIONS SET FORTH
IN OUR BID OR QUOTATION, AND/OR INCORPORATED HEREIN
BY REFERENCE, BECOME A PART OF THIS ORDER.
THOMAS A. GILL, C.P.M, PURCHASING AGENT/MATERIALS MANAGER
/s/ Thomas A. Gill
-------------------
<PAGE>
CONTRACT #3919
This is a contract between the COUNTY OF VENTURA, hereinafter referred to as
County, and IMAGEWARE SOFTWARE, INC., hereinafter referred to as Contractor.
The parties hereto agree as follows:
1. SCOPE OF WORK
Contractor will furnish hardware, software, modification/programming, photo
conversion and training services, in relation to the installation and
implementation of the CRIME CAPTURE PHOTO IMAGING SYSTEM per (EXHIBIT A),
by reference made a part hereof, including all necessary installation
material to provide a turnkey system that meets all terms, conditions,
and specifications hereunder.
2. PERFORMANCE BOND
A performance bond is required. The bond shall be 50% of the final
contract price. The required bond must be received at Ventura County
Purchasing Services within ten (10) consecutive days of receipt of
purchase order. The bond shall be paid up and in effect for six months
after the acceptance of the job by the County.
3. SOFTWARE LICENSE
Contractor will, in the course of the transaction for the services
identified in Exhibit A, deliver to the County on a licensed basis, one
or more computer programs (SOFTWARE) identified in Exhibit A. The
granting of such nonexclusive and nontransferable license is based on
the following terms and conditions.
a. County agrees to use the SYSTEM SOFTWARE only for its own business
and may not sell or resell any of the System Software or any rights
to use the System Software.
b. County agrees that only Contractor has the right to alter, enhance
or otherwise modify the System Software. County agrees not to
disassemble, decompile or reverse engineer the System Software or
to allow another party to do so.
c. County acknowledges that Contractor retains all title to the System
Software. County is neither the owner of the System Software nor
any copies thereof, but is licensed (pursuant to this Agreement) to
utilize the System Software for the purpose of maintaining a
Booking & Suspect Identification System.
4. COMPENSATION
Payment shall be made on presentation of three copies of an invoice to
the Ventura County Sheriff for goods supplied and accepted by County's
contract administrator according to the costs attached hereto as Exhibit A
and according to the terms hereunder.
50% of hardware with proof of receipt at contractors location- $90,315.31.
Balance of hardware upon receipt at County facilities- $90,315.31
Due at start of acceptance testing- 25% of service and software $64,117.36
Balance due upon completion of acceptance testing-- $192,352.09
1
<PAGE>
5. PERFORMANCE PERIOD
The Contractor shall install the computer system and software listed in
Exhibit A ready for use according to the implementation plan specified in
Exhibit C. TIME IS OF THE ESSENCE IN THIS CONTRACT.
6. SITE PREPARATION
a. If the system to be installed requires special environmental
considerations, Contractor shall provide site preparation
specifications for system listed in Exhibit A within a reasonable
time upon request by the County, unless such specifications have
been included in the Contractor's proposal. These specifications
shall be in such detail as to ensure that the system, if installed
according to these specifications, shall operate efficiently, from
an environmental point of view and properly from a functional point
of view.
b. The County may prepare a site plan showing the location of each
item or system listed in Exhibit A and detailing the associated
electrical power and environmental control facilities. If
requested, the Contractor will review and comment on the adequacy
of the County's plan, and shall be permitted free access to the
site for this purpose with prior notification and consent from
Sheriff's ISB (Information Service Bureau) personnel as well as the
local site Administrator.
Alternatively, the Contractor may prepare the site plan, and will
be permitted free access to the site for this purpose so long as
the Contractor is accompanied by personnel from the Sheriff's
Information Services Bureau (ISB) or their representative. Prior to
the Contractor being given access, ISB personnel must have been
given adequate notice to secure permission from the site
Administrator.
c. The County will cause the site to be prepared in accordance with
the Contractor's written minimum site and environmental
specifications that will be provided to the County no less than two
weeks in advance of any work being conducted except as otherwise
agreed upon by the County, unless the Contractor has agreed to be
responsible for such site preparation, on or before the Facility
Readiness Date specified in Exhibit A.
d. Any subsequent alterations or modifications to the site which are
directly attributable to incomplete or erroneous specifications
provided by the Contractor and which involve additional expense
shall be made at the expense of the Contractor, to the extent that
such costs would not have been incurred had the complete and/or
correct specifications been initially provided.
7. INSTALLATION AND DELIVERY DATES
a. Installation
County is responsible, for providing access to, and preparation of,
the installation site(s) as described in the Installation
Procedures set forth in Exhibit-B of this Agreement. County also
agrees to complete these preparations at least five (5) days prior
to the date installation of the System commences and confirm that
all site(s) are ready for installation.
2
<PAGE>
Contractor will be responsible for the delivery and installation of
the Crime Capture Photo Imaging System, including computer server,
workstation(s), imaging equipment (camera, remote pan & tilt, etc.),
printers and all software provided by the Contractor.
b. Delivery dates
Installation will commence in accordance with the Implementation
Plan, Exhibit-C. The Contractor shall install the System (listed in
Exhibit A) ready for use on or before the Installation Date
specified in Exhibit C. Time is of the essence in this contract.
Installation of the System Hardware is completed when the hardware
is functioning in accordance with the manufacturer's specifications.
Installation of the System is complete when Contractor completes
functional hardware and software testing and states in writing to
County that the System has been successfully installed.
8. ACCEPTANCE/ACCEPTANCE TESTING
a. All system components will be signed for by authorized County
personnel. Such acknowledgment of receipt will be given when system
components are received without evidence of mishandling. This step
will provide proof of delivery of all contract deliverable items.
b. When each deliverable item is installed, it will be checked for
completeness and when stand-alone operation is practical, such an
operational test will be made. Authorized representatives of Ventura
County will sign off this test step. Non-system items such as
documentation, training materials, etc., will be acknowledged as
received.
c. Acceptance Testing-Upon completion of installation, Contractor will
conduct a demonstration of the total system operation. This
demonstration will be observed and successful compliance with the
contract provisions will be acknowledged by authorized
representatives of the Ventura County Sheriff's ISB staff and the
Sheriff's Department Project Manager or his/her designee.
Installation of the System is deemed complete, when the Ventura
County Sheriff's Department operational personnel and other local
site personnel have been trained, and the Ventura County Sheriff's
Department Project Manager and the Ventura County ISB Staff agrees
that the System is functioning reliably.
County will immediately commence a 30 (thirty)-day period of
acceptance testing. Acceptance testing is intended to ensure that
the system provided hereunder operates in substantial accord with
Contractor's technical specifications, is adequate to perform as
warranted by Contractor, and evidences a satisfactory level of
performance reliability, prior to its acceptance by the County.
The system acceptance-testing period will be considered successful
if the requirements defined in the System Acceptance Testing,
Exhibit-E, are satisfied.
3
<PAGE>
County agrees to accept the System after the Ventura County
Sheriff's Department Project Manager or his/her designee has agreed
that the System has functioned reliably for thirty (30) consecutive
days of acceptance testing.
If the Acceptance test is not successfully completed, the Contractor
shall be notified immediately of the failure, with written
confirmation to be provided in not more than five working days.
Control of the system shall immediately be given to the Contractor.
The system shall not be deemed to be accepted until the Contractor
re-certifies, and the Ventura County Sheriff's Department Project
Manager or his/her designee agrees, that the System is ready to begin
acceptance testing once more.
If the system does not meet the standards of performance discussed
in Paragraph 11a and 11b within ninety days after the start of the
acceptance testing, the County shall have the option to request a
replacement system, extend the performance period or terminate the
order (or portion thereof) and seek relief as provided in Paragraph
28, "Rights and Remedies of County for Default". The County's option
shall remain in effect until such time as the system meets the
performance criteria, or 180 consecutive days after the start of the
acceptance testing, whichever occurs first.
System shall not be accepted by the County and no final charges
associated with such system shall be paid by the County until the
system has satisfactorily completed the acceptance tests.
Immediately upon successful completion of the acceptance tests, the
County shall notify the Contractor in writing of acceptance of the
system and authorize payment as listed in Exhibit A attached hereto.
9. TRAINING
The training of County and local law enforcement staff at each site shall
be the responsibility of Contractor and shall include the training program
presented in the Crime Capture System Training Outline, Exhibit D. The
Sheriff's Department in cooperation with other local law enforcement
agencies within Ventura County shall be responsible for identifying
personnel requiring training and ensuring that they are available for
scheduled training.
Training shall take place on dates mutually agreed upon by the parties.
The training schedule presented in the Crime Capture System Training
Outline, Exhibit D, may be revised only upon written request by County
and acceptance of that request by Contractor. All training provided
directly by Contractor shall be conducted on a functional training
system located at various County site(s). All handout and reference
training materials will be furnished by the Contractor to each trainee at
the time of training.
All training activities may be video taped at County's expense for future
in-house training. Such videotapes shall not be sold, loaned or made
available for use to other than Ventura County Sheriff's Department staff
and other local law enforcement staff within Ventura County as needed for
training.
4
<PAGE>
All Contractor personnel costs related to the provision of training
services for training County and other local law enforcement staff for
the training days specified in Crime Capture System Training Outline,
Exhibit D are included in the purchase price of the SYSTEM, per Contractor
Cost Proposal, Exhibit A, County expenses include, but are not limited to,
the provision of adequate classroom space, training workstation and network
equipment, and for video taping of training events.
Contractor provided training shall be sufficient to allow County to meet
its obligations and responsibilities with respect to operation and
maintenance under County's obligations and responsibilities for maintenance
support as defined within the Contractor's Hardware and Software
Maintenance Agreement, entered into separately.
The Contractor agrees to provide informal, "hands on" instruction to
Ventura County Sheriff ISB personnel in the operation of the System, at no
additional charge to the County, at mutually agreeable times prior to, or
subsequent to, system installation for the purposes of familiarization
with administrative system operation.
Contractor shall not be responsible for providing additional training,
if County's users fail to achieve competence due to absence, turnover,
failure to complete adequate preparation and practice exercises, or due to
demonstrably deficient native ability or qualifications.
The County may request additional training days. Training, if needed
within 6 months of acceptance, will be provided at the rate of $1000.00
per day, including expenses. Thereafter the County can request additional
training at the Contractor's on-going ratio.
10. DOCUMENTATION
Contractor shall develop and provide, at no additional charge, in both
Office '97 Microsoft Word electronic (2 copies) and printed format (1 copy
per workstation), procedural manuals containing all procedures, methods,
documentation requirements, and techniques necessary for the successful use
and operation of the SYSTEM. Contractor agrees that the County may
reproduce this material for its internal use on an unlimited basis.
11. WARRANTIES
a. Hardware
Contractor warrants that all major components of the System
Hardware are new at the time of installation and will operate in
conformity with its documentation provided by Contractor for a period
of one(1) year after acceptance. In the event the System Hardware
fails during this period, Contractor, at its sole option, will
repair, modify or replace the failed component(s) in a timely manner
at no additional cost to the County.
b. Software
Contractor warrants that the Software will operate in conformity
with its documentation. In the event of any non-conformity for a
period of one (1) year after acceptance, Contractor will use all
commercially reasonable efforts to correct the problem by
modification, enhancement or other repair so that the Software
conforms to its documentation.
5
<PAGE>
Contractor further warrants that:
c. It has title to the Software, that may be provided under this
contract, and/or the authority to grant licenses to use the third
party software.
d. Its work hereunder shall be of professional quality and performed
consistent with generally accepted industry standards.
e. There exists no actual or potential conflict of interest concerning
the Services to be performed under this agreement. Contractor
represents that performance under this agreement does not require the
breach of any agreement or obligation to keep in confidence the
proprietary information of another party.
f. Upon completion of the installation of all sites, the System as
installed by Contractor, including hardware and software components,
when operational, will meet or exceed NIST, CAL DOJ, and CAL ID
mug-shot photographic standards.
g. The hardware/software supplied hereunder shall provide fault-free
performance and fault-free result in the processing date and date
related data (including, but not limited to calculating, comparing
and sequencing) of any hardware, software and firmware products
delivered by Contractor and services provided under this contract,
individually or in combination, as the case may be from the effective
date of this contract. Also, the supplier warrants the year 2000
calculations will be recognized and accommodated and will not in
any way, result in hardware, software or firmware failure. The County,
at its solo option, may require the Contractor, at any time, to
demonstrate the procedures it intends to follow in order to comply
with all the obligations contained herein.
The obligations contained herein apply to products provided by the
Contractor, its subcontractor or any third party involved in the
creation of the products to be delivered to the County under this
contract. Failure to comply with any of the obligations contained
herein, may result in the County, availing itself of all its rights
under the law and under this contract including, but not limited to,
its right pertaining to termination or default.
The warrants contained herein are separate and discrete from any
other warranties specified in this contract, and are not subject to
any disclaimer or warranty or limitation of the suppliers liability
which may be specified in this contract, its appendices, its
schedules, its annexes or any document incorporated in this contract
by reference. Y2K compliance problems shall not be considered an act
of God.
12. LIMITATION OF LIABILITY
Contractor's maximum liability to the County arising for any reason
relating to Contractor's performance of the Contract, or any amendment
thereto, shall be limited to the amount of fees paid to the Contractor for
its performance. Neither party shall have any liability to the other party
for any lost profits or special, incidental, indirect or consequential
damages, even if such party has been advised of the possibility of such
damages.
6
<PAGE>
13. COUNTY MODIFICATION OF EQUIPMENT
The County may connect equipment manufactured or supplied by other
companies to the System, including peripheral equipment, computers,
communications equipment, and terminal devices, provided however, that
Contractor will not be held responsible for any damage and/or downtime
that may occur. Contractor shall provide the County with a list of
replacement equipment acceptable and certified by the Contractor and
Ventura County Sheriff's Department. For equipment not listed,
Contractor shall within 15 days of request, notify the County of whether
such equipment is likely to interfere with system operation or
Contractor ability to perform maintenance. In emergency situations
Contractor shall provide a response within 48 hours.
14. PATENT AND COPYRIGHT PROTECTION
The Contractor, at its own expense, shall defend any action brought
against the County to the extent that such action is based upon a claim
that the system supplied by the Contractor, or the operation of such
system pursuant to a current version of Contractor-supplied operating
software, infringes a United States patent or copyright.
The Contractor shall pay those costs and damages finally awarded against
the County in any such action. Such defense and payment shall be
conditioned on the following:
a. That the Contractor shall be notified within a reasonable time in
writing by the County of any notice of such claim; and,
b. That the Contractor shall have the sole control of the defense of
any action on such claim and all negotiations for its settlement or
compromise.
Should the system, or the operation thereof, become, or in the
Contractor's opinion are likely to become, the subject of a claim of
infringement of a United States patent or copyright, the County shall
permit the Contractor at its option and expense either to procure for
the County the right to continue using the system, or to replace or
modify the same so that they become non-infringing.
If, in the sole opinion of the County, the return of such infringing
system makes the retention of other items of system acquired from the
Contractor under this contract impractical, the County shall then have
the option of terminating the contract, or applicable portions thereof,
without penalty or termination charge. The Contractor agrees to take
back such system and refund any sums the County has paid Contractor less
any reasonable amount for use or damage. Such indemnity by the
Contractor as to use of such system shall not apply to any infringement
arising out of the use or in combination with other items where such
infringement would not have occurred in the normal use for which the
system was developed.
15. SYSTEM MAINTENANCE AND SUPPORT SERVICES
Commencing 90 days after final acceptance the County may acquire
Hardware/Software Support Services. Such support shall be provided in
accordance with Contractor's standard Software Support Services Terms
and Conditions entered into as a separate agreement. Support services
include fixes to errors, updates, enhancements and technical support.
Contractor shall provide maintenance and support services for 90 days
after final acceptance for no additional fee.
7
<PAGE>
Support fees shall be based on 15% of the hardware and software costs
per year and shall be firm for a period of 5 years.
16. FORCE MAJEURE
Except for defaults of subcontractors, neither party shall be
responsible for delays or failures in performance resulting from acts
beyond the control of the offending party.
Such acts shall include but shall not be limited to acts of God, fire,
flood, earthquake, other natural disaster, nuclear accident, strike,
lockout, riot, freight embargo, public regulated utility, or
governmental statutes or regulations superimposed after the fact.
If a delay or failure in performance by the Contractor arises out of a
default of its subcontractor, and if such detail arises out of causes
beyond the control of both the Contractor and subcontractor, and without
the fault or negligence of either of them, the Contractor shall not be
liable for damages of such delay or failure, unless the supplies or
services to be furnished by the subcontractor were obtainable from other
sources in sufficient time to permit the Contractor to meet the required
performance schedule.
17. RESERVED
18. INSURANCE PROVISIONS
A. CONTRACTOR, at its sole cost and expense, will obtain and maintain
in full force during the term of this contract the following types
of insurance:
1. Commercial General Liability "occurrence" coverage in the
minimum amount of $1,000,000 combined single limit (CSL) bodily
injury & property damage each occurrence and $2,000,000
aggregate, including personal injury, broad form property
damage, products/completed operations, broad form blanket
contractual and $100,000 fire legal liability.
2. Commercial Automobile Liability coverage in the minimum amount
of $1,000,000 CSL bodily injury & property damage, including
owned, non-owned, and hired automobiles. Also to include
Uninsured/Underinsured Motorists coverage in the minimum amount
of $100,000 when there are owned vehicles.
3. Workers' Compensation coverage, in full compliance with
California statutory requirements, for all employees of
CONTRACTOR and Employer's Liability in the minimum amount of
$1,000,000.
B. All insurance required will be primary coverage as respects COUNTY
and any insurance or self-insurance maintained by COUNTY will be
excess of CONTRACTOR'S insurance coverage and will not contribute
to it.
C. COUNTY is to be notified immediately if any aggregate insurance
limit is exceeded. Additional coverage must be purchased to meet
requirements.
8
<PAGE>
D. The County of Ventura, Its Boards, Agencies, Departments, Offices,
Employees, Agents, and Volunteers are to be named as Additional Insured
as respects work done by CONTRACTOR under the terms of this contract
on all policies required (except Workers' Compensation).
E. Contractor agrees to waive all rights of subrogation against the
County of Ventura, its Boards, Agencies, Departments, Officers,
Employees, Agents and Volunteers for losses arising from work
performed by Contractor under the terms of this contract.
F. Policies will not be canceled, non-renewed or reduced in scope of
coverage until after sixty (60) days written notice has been given
to the County of Ventura, Risk Management Division.
G. CONTRACTOR agrees to provide COUNTY with the following insurance
documents on or before the effective date of this contract:
1. Certificates of Insurance for all required coverage.
2. Additional insured endorsements
3. 60 Days Notice Cancellation Clause endorsement
Failure to provide these documents will be grounds for immediate
termination or suspension of this contract.
19. TAXES
The County is exempt from Federal excise taxes and no payment shall be
made for any personal property taxes levied on the Contractor or on any
taxes levied on employee wages. The County will only pay for any State
or local sales or use taxes on the services rendered or equipment, parts
supplied to the County pursuant to this contract.
20. INDEPENDENT CONTRACTOR
This contract is for the professional services of Contractor and is non-
assignable by Contractor without prior consent by County in writing. In
performing these professional services, Contractor is an independent
Contractor and is not acting as an agent or employee of the County.
21. EMPLOYEE
Contractor will submit biographical and fingerprint information for each
person who will be engaged in performing any part of the installation.
The biographical and fingerprint information will be sufficient to allow
the County to perform security background checks on all such persons.
Contractor agrees to bar any person identified by the County as a
security risk from County offices.
9
<PAGE>
22. CONTRACT MONITORING
The County shall have the right to review the work being performed by the
Contractor under this contract at any time during County's usual working
hours. Review, checking, approval or other action by the County shall
not relieve Contractor of Contractor's responsibility for the accuracy
and completeness of the work performed under this contract. This contract
shall be administered by the County's contract administrator, Walt
Wilson, or his/her authorized representative.
23. EQUAL OPPORTUNITY
Contractor will not discriminate against any employee, or against any
applicant for such employment because of age, race, color, religion,
physical handicap, ancestry, gender or national origin. This provision
shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer, recruitment or recruitment advertising,
layoff or termination; rates of pay or other forms of compensation, and
selection for training, including apprenticeship.
24. INVESTIGATION AND RESEARCH
Contractor by investigation and research has acquired reasonable
knowledge of all conditions affecting the work to be done and labor and
material needed, and the execution of this contract is to be based upon
such investigation and research, and not upon any representation made
by the County or any of its officers, agents or employees, except as
provided herein.
25. TERMINATION
Upon termination or other expiration of this contract, each party will
assist the other party in the orderly termination of the contract and
the transfer of all assets, tangible and intangible, as may facilitate
the orderly, non-disrupted business continuation of each party. Prior
to the expiration of this contract, this contract may be terminated for
the convenience of both parties by mutual consent.
In the event of termination for convenience, Contractor shall be paid for
all work provided to the date of termination, as long as such work meets
the terms and conditions of this agreement. Contractor hereby expressly
waives any and all claims for damages or compensation arising under this
Agreement as set forth in this paragraph in the event of such
termination.
The County may terminate this contract under the provisions of
paragraph 28, "Rights and Remedies of County for Default".
26. SOURCE CODE PROVISION
CONTRACTOR agrees to deposit the source code, documentation and related
materials for the System (Deposit Materials) with an Escrow Agent subject
to COUNTY entering into an IWS Software Escrow Agreement.
10
<PAGE>
The Deposit Materials will be made available to the COUNTY for the
purposes of self-support if certain events named in the IWS Software
Escrow Agreement occur. CONTRACTOR will provide a copy of its current
Software Escrow Agreement to COUNTY. Any such Software Escrow Agreement
is optional for COUNTY and requires COUNTY to sign and accept the terms
of the Software Escrow Agreement.
27. CONFIDENTIALITY/PUBLICITY
Any reports, information, data, statistics, forms, procedures, systems,
studies and any other communication or form of knowledge given to or
prepared or assembled by Contractor under this contract which County
requests to be kept as confidential shall not be made available to any
individual or organization by Contractor without the prior written
approval of the County except as authorized by law. Contractor will
keep such information confidential using the same care and discretion
used with similar information that Contractor designates as
confidential.
Any publicity giving reference to the sale, installation, and/or
operation of the System, whether in the form of press release,
brochure, photographic coverage, or verbal announcement, shall be made
only with the prior approval of the County, provided that Contractor
may refer to the System during its normal course of business.
28. ADDENDA
County may from time to time require changes in the scope of the
services required hereunder. Such changes, including any increase or
decrease in the amount of Contractor's compensation which are mutually
agreed upon by and between County and Contractor, shall be effective
when incorporated in written amendments to this contract.
29. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT
a. In the event any equipment, software, or service furnished by the
Contractor in the performance of this contract should fail to
conform to the specifications therefor, the County may reject the
same, and it shall thereupon become the duty of the Contractor to
reclaim and remove the same forthwith, without expense to the County,
and immediately to replace all such rejected equipment, software, or
service with others conforming to such specifications; provided that
should the Contractor fail, neglect or refuse to do so the County
shall thereupon have the right to purchase in the open market, in
lieu thereof, a corresponding quantity of any such equipment,
software, or service and to deduct from any moneys due or that may
thereafter become due to the Contractor the difference between the
price named in this contract and the actual cost thereof to the
County.
b. In the event the Contractor shall fail to make prompt delivery as
specified of any equipment, software, or service, and as long as
the delay is not caused by the County, the same conditions as to
the rights of the County to purchase in the open market and to
reimbursement set forth above shall apply, except as otherwise
provided in Paragraph 15, "Force Majeure".
11
<PAGE>
c. In the event of the cancellation of this contract either in whole
or in part, by reason of the default or breach thereof by the
Contractor, any loss or damage sustained by the County in procuring
any equipment, software or service which the Contractor therein
agreed to supply shall be borne and paid for by the Contractor.
d. The rights and remedies of the County provided above shall not be
exclusive and are in addition to any other rights and remedies
provided by law or under the contract.
30. NOTICES
All notices required under this agreement shall be made in writing and
addressed or delivered as follows:
TO COUNTY-
VENTURA COUNTY PURCHASING DEPARTMENT
800 SOUTH VICTORIA AVENUE
VENTURA, CA 93009
TO CONTRACTOR-
IMAGEWARE SOFTWARE, INC.
CARMEN ERREJON
10883 THORNMINT RD
SAN DIEGO, CA 92127
Either party may, by written notice to the other, change its own
mailing address.
31. GOVERNING LAW
The validity of this contract and any of its terms or provisions, as
well as the rights and duties of the parties under this contract, will
be construed pursuant to and in accordance with the laws of the State of
California.
32. SEVERABILITY OF CONTRACT
If any term of this contract is held by a court of competent
jurisdiction to be void or unenforceable, the remainder of the contract
terms will remain in full force and effect and will not be affected.
33. CUMULATIVE REMEDIES
The exercise or failure to exercise of legal rights and remedies by the
County of Ventura in the event of any default or breach hereunder will
not constitute a waiver or forfeiture of any other rights and remedies,
and will be without prejudice to the enforcement of any other right or
remedy available by law or authorized by this contract.
12
<PAGE>
34. COMPLIANCE WITH LAWS
Each party to this contract will comply with all applicable laws.
35. FULL AGREEMENT AND ORDER OF PRECEDENCE
This Agreement consists of 13 pages along with the following which
are incorporated into this Agreement by reference. This Agreement and
Exhibits hereto constitute the final expression of the agreement of the
parties and supersedes all previous agreements and understandings,
whether written or oral, relating to the work. This Agreement may not be
altered, amended, or modified except by written instrument signed by
the duly authorized representatives of both parties. In the event of an
inconsistency in this Agreement, the inconsistency shall resolved in
the following order:
1. This Agreement,
2. Exhibit A-price schedule
Exhibit B-Installation Plan
Exhibit C-Implementation Plan
Exhibit D-Training
Exhibit E-Acceptance test plan
Exhibit F-County of Ventura RFP #4799
Exhibit G-Contractor's proposal dated March 9, 1999
IN WITNESS WHEREOF, the parties hereto have executed this contract.
COUNTY OF VENTURA Imageware
/s/ Rosa Ceniceros /s/ Paul Devermann
-------------------------- --------------------------
Signature Signature
Rosa Ceniceros Paul Devermann
-------------------------- --------------------------
Printed Name Printed Name
Principal Buyer Vice President
-------------------------- --------------------------
Title Title
8/25/99 10/12/99
-------------------------- --------------------------
Date Date
13
<PAGE>
EXHIBIT A
IWS COST PROPOSAL AUGUST 10, 1999
<TABLE>
<CAPTION>
DESCRIPTION QTY UNIT EXT TOTAL
----------- --- --------- --------- ---------
<S> <C> <C> <C> <C>
NETFINILY 5500 450MHZ DUAL PENTIUM SERVER
IBM Netfinity 5500 Pentium II 450MHz
512KB L2 256MB ECC OPEN 32X PCI/IS 1 $7,436.25 $7,436.25
(Std) 10/100 PCI Ethernet
(Std) 2-Drop 16-bit SCSI Internal Cable
(Std) 32X Max IDE CD-ROM Drive
(Std) 450/100MHz Pentium II Processor with
512KB ECC L2 Cache
(Std) IBM 1.44MB 3.5 inch Diskette Drive
(Std) IBM 104 key Keyboard (Stealth Grey)
(Std) Integrated IDE Controller
(Std) Integrated PCI Ultra SCSI RAID
Controller - dual channel
(Std) Mouse Stealth Grey
(Std) Netfinity 400W Hot Swap Power Supply
(Std) Netfinity NetBay3
(Std) Processor Complex Card
(Std) S3 TrioG4V2 Graphics - 1MB SGRAM
(Std) Systems Management Processor
IBM 20/40GB DLI Internal SCSI Tape Drive (FH) 1 $2,937.50 $2,937.50
IBM Netfinity 400W Hot-Swap Redundant Power
Supply II 1 $750.00 750.00
IBM Netfinity 256MB SDRAM ECC RDIMM
(Registered) 1 $1,187.50 $1,187.50
IBM Netfinity 9.1GB 10K Wide Ultra SCSI
SL SCA-2 HDD 4 $1,006.80 $4,027.20
450/100MHz Pentium II Processor with
512KB ECC L2 Cache 1 $1,498.75 $1,498.75
G74 - 17(15.9) in. Color Monitor, 69 KHz,
Stealth Gray 1 $463.75 $463.75
Smart-UPS 1400-17 Min Runtime 1 $735.00 $735.00
SUBTOTAL $19,035.95
CAPTURE HARDWARE
IBM PC 300PL 6862 (4x4) 2
PC 300PL Pentium II 400MHz MMX/512KB, 64MB,
6.4GB, 4MB, 32X, 16bit, WinNT 8 $1,776.00 $14,208.00
(Std) IBM 6.4GB EIDE Hard Drive
(Std) 10/100 PCI Ethernet WOL
(Std) 16-bit 15A Crystal Audio Integrated
(Std) 400/100MHz MMX Pentium II Processor
with 512KB Pipeline B
(Std) 4MB Intergated SGRAM Video Memory
(Std) 64MB 60ns NP SDRAM DIMM
(Std) CD-ROM Drive Internal 32X Max
(Variable Speed)
(Std) IBM 1.44MB 3.5-inch Diskette Drive
(Std) IBM 104-key Rubber Dome Keyboard
(Std) Integrated IDE Controller
(Std) S3 Trio3D AGP Graphics Integrated
Olympus D-400 2 $742.50 $1,485.00
HP 2000C Color Ink Jet Printer 8 $610.20 $4,881.00
C74-17(15.9) in Color Monitor, 69 KHz,
Pearl White 8 $423.60 $3,388.80
Cable bundle 8 $187.50 $1,500.00
Capture Card MVPro 8 $837.50 $6,700.00
SUBTOTAL $32,163.40
CAMERA SUB-SYSTEMS
Hitachi HV-C20 Camera, NIST standards (3 chip) 8 $4,805.65 $39,085.20
Fujinon Lens 8 $1,509.30 $12,074.40
3 point Lighting system 8 $1,343.25 $10,746.00
Pan and Tilt Camera mount 8 $1,620.00 $12,950.00
Reflective Pedestal 8 $924.75 $7,398.00
NIST compliance capture software 8 $1,500.00 $12,000.00
Power Supply (Three Chip) 8 $202.50 $1,620.00
SUBTOTAL $95,883.60
</TABLE>
Page 1
<PAGE>
<TABLE>
<S> <C> <C> <C> <C>
INVESTIGATIVE HARDWARE
IBM PC 300PL 6862 (4X4)2
PC 300PL Pentium II 400MHz MMX/512KB, 64MB, 6.4GB, 4MB, 32X, 16bit, WinNT 14 $1,776.00 $24,864.00
(Std) IBM 6.4GB EIDF Hard Drive
(Std) 10/100 PCI Ethernet WOL
(Std) 16-bit ISA Crystal Audio Integrated
(Std) 400/100MHz MMX Pentium II Processor with 512KB Pipeline B
(Std) 4MB Integrated SGRAM Video Memory
(Std) 64MB 60ns NP SDRAM DIMM
(Std) CD-ROM Drive Internal 32X Max (Variable Speed)
(Std) IBM 1.44MB 3.5-inch Diskette Drive
(Std) IBM 104-key Rubber Dome Keyboard
(Std) Integrated IDE Controller
(Std) S3 Trio3D AGP Graphics Integrated
HP 2000C Color Ink Jet Printer 14 $610.20 $8,542.80
G74-17(15.9) in. Color Monitor, 69 KHz, Pearl White 14 $423.60 $5,390.40
SUBTOTAL $39,337.20
SUBTOTAL HARDWARE $186,420.15
HARDWARE DISCOUNT $18,000.00
HARDWARE TOTAL $168,420.15
HARDWARE TOTAL INCLUDING TAX $180,630.61
SOFTWARE
CCS Investigative Display Software (Full) 14 $4,900.00 $68,600.00
CCS Capture Station Software 8 $8,000.00 $64,000.00
CCS Capture Station Retrieval Software 8 $2,000.00 $16,000.00
Suspect ID 2 $0.00 $0.00
Crime Lab 2 $0.00 $0.00
Vehicle ID 2 $0.00 $0.00
CUSTOM INTERFACE
Systems Integration - Flat File Intenece w/ VCJIS 1 $5,000.00 $5,000.00
Systems Integration - Custom API for Image Retrieval & Site License 1 $17,000.00 $17,000.00
TOTAL SOFTWARE $170,600.00
TOTAL SOFTWARE INCLUDING TAX $182,968.50
TOTAL HARDWARE AND SOFTWARE $339,020.15
TOTAL HARDWARE AND SOFTWARE INCLUDING TAX $363,599.11
SERVICES
Project Management 5 $900.00 $4,500.00
Conversion of Records from IHP 183000 $0.05 $9,150.00
SERVICES TOTAL $13,650.00
LICENSES
Enterprise Server Win NT 4.0 (25 License) 1 $4,056.25 $4,056.25
Sybase License Server + 5 users 1 $1,248.75 $1,248.75
Sybase License 6.0 (20 User) 1 $3,243.75 $3,243.75
TOTAL LICENSES $8,548.75
TOTAL LICENSES INCLUDING TAX $9,168.53
SYSTEM SUBTOTAL INCLUDING TAX $386,417.65
SHIPPING/HANDLING $11,257.47
INSTALLATION $27,425.00
TRAINING 12 $1,000.00 $12,000.00
TOTAL PROPOSAL $437,100.07
Does NOT include the additional Sybase licenses for concurrency
</TABLE>
Page 2
<PAGE>
<TABLE>
<S> <C> <C> <C> <C>
MAINTENANCE PLAN
ImageWare Customer Service (Year 1) $50,853.02
STARTS 90 DAYS FROM FINAL ACCEPTANCE
Yearly Maintenance & Technical Support (Year 2 thru 5) $50,853.02
ADDITIONAL SOFTWARE
Suspect ID $2,000.00
Crime Lab $300.00
Vehicle ID $1,000.00
</TABLE>
Page 3
<PAGE>
EXHIBIT B - INSTALLATION PROCEDURES
As noted on the implementation schedule, installation will commence with
the server. Once the server is on-line, installation of the capture
stations and investigate stations will take place beginning with the
jail site. Sites will install as follows:
a. turn off an existing capture station
b. install new CCS station
c. bring new capture station live
d. install investigate station where applicable
e. IWS testing
f. User Training
Down time for each capture station will be approximately one day per
station. Ventura County will be responsible for dismantling the existing
capture stations and preparing the sites for IWS.
1. INSTALLATION LOCATION
The System is to be installed at the following address(es):
--------------------------------------------------------------------------
--------------------------------------------------------------------------
--------------------------------------------------------------------------
--------------------------------------------------------------------------
--------------------------------------------------------------------------
--------------------------------------------------------------------------
--------------------------------------------------------------------------
2. COUNTY'S RESPONSIBILITIES
IWS will provide COUNTY with a copy of the CCS System Preparation and
Installation Guide. COUNTY is responsible for reviewing the Guide and
providing the following in conformance with the Guide:
(a) SITE PREPARATION -- SERVER
(1) Suitable space including tables, chairs, stands, or racks.
(2) Two telephone lines (one voice line and one modem line) and one
voice handset.
(3) Clean temperature controlled environment.
(4) Any requisite electrical and/or lighting work.
(5) Tested and operational network connection.
(b) SITE PREPARATION -- WORKSTATIONS
(1) Suitable space including tables, chairs, stands, or racks.
(2) One telephone line and one voice handset.
(3) A suitable background (plywood, plaster board, etc.) secured to
the wall for any capture stations.
(4) Reasonably clean environment.
1
<PAGE>
(5) Any requisite electrical and/or lighting work.
(6) Tested and operational network connection.
(c) OTHER
(1) Suitable nearby parking for IWS installation personnel. COUNTY
will pay any and all parking costs associated with installation
work performed by IWS personnel at COUNTY's facility.
(2) COUNTY will make certain that authorized IWS personnel have access
to COUNTY's facility(ies) 24 hours/day -- 7 days/week while the
SYSTEM is being installed and tested.
(3) Labor and equipment necessary to transport the SYSTEM HARDWARE
from COUNTY's receiving area at the receiving location to the
installation site.
(4) A clean operating environment at the installation site which
complies with temperature, humidity and operational specifications
of the SYSTEM HARDWARE.
3. IWS's INSTALLATION RESPONSIBILITIES
IWS is responsible for providing the following relating to the SYSTEM
installation:
(1) Supervision of COUNTY employees who transport the SYSTEM HARDWARE from
the receiving area to the installation site.
(2) Installation of the SYSTEM HARDWARE at the designated sites.
(3) Operational checkout of the Equipment, including off-line verification.
(4) Installation of the SYSTEM SOFTWARE at the designated sites.
(5) Operational verification of each computer and item of equipment on a
stand-alone basis and as interfaced with equipment furnished by COUNTY,
including transmission lines, modems and computers.
2
<PAGE>
VENTURA IMPLEMENTATION PLAN
AUGUST 11, 1999
<TABLE>
<CAPTION>
SEP '99 OCT '99
------------------------------- --------------------------
ID TASK NAME DURATION START FINISH 8/29 9/5 9/12 9/19 9/26 10/3 10/10 10/17 10/24
-- --------------------------- -------- ----- ------ ---- --- ---- ---- ---- ---- ----- ----- -----
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
1 Project Implementation Plan 1 day 8/30/99 8/30/99 **
2 Site Survey 1 day 8/30/99 8/30/99 **
3 Interconnect Specs 5 days 8/30/99 9/3/99 *******
4 Interconnect Schematic 5 days 8/30/99 9/3/99 *******
5 CJIS description 5 days 8/30/99 9/3/99 *******
6 AP Description 5 days 8/30/99 9/3/99 *******
7 CJIS data examples 2 days 8/30/99 8/30/99 ****
8 Data Conversion 2 days 9/6/99 9/7/99 ***
9 Data to IWS 2 days 9/6/99 9/7/99 **
10 Database Specifications 3 days 9/13/99 9/15/99 ****
11 User Defined Fields 3 days 9/13/99 9/15/99 ****
12 Mandatory Fields 3 days 9/13/99 9/15/99 ****
13 Hardware Specifications 3 days 9/13/99 9/15/99 ****
14 IP addresses 3 days 9/13/99 9/15/99 ****
15 Gateways/Subnets 3 days 9/13/99 9/15/99 ****
16 Interconnect Development 40 days 9/6/99 10/29/99 ******************************************************
17 Data Conversion 25 days 9/13/99 10/15/99 **************************************
18 Print Formats 21 days 9/27/99 10/25/99 *********************************
19 Samples to Ventura 4 days 9/27/99 9/30/99 ******
20 Print Format Request due 1 day 10/4/99 10/4/99 *
21 First Review to Ventura 1 day 10/12/99 10/12/99 *
22 Final Review to Ventura 1 day 10/25/99 10/25/99 *
23 Hardware Configuration 19 days 10/18/99 11/11/99 ******************
24 Hardware Order Form 2 days 10/18/99 10/19/99 ***
25 Order Hardware 1 day 10/20/99 10/20/99 *
</TABLE>
<TABLE>
<CAPTION>
NOV '99 DEC '99 JAN '00
------------------------------------ ---------------------------- ---------------
ID TASK NAME 10/31 11/7 11/14 11/21 11/28 12/5 12/12 12/19 12/26 1/2 1/9 1/16
-- ---------------------------- ----- ---- ----- ----- ----- ---- ----- ----- ----- --- --- ----
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
1 Project Implementation Plan
2 Site Survey
3 Interconnect Specs
4 Interconnect Schematic
5 CJIS description
6 AP Description
7 CJIS data examples
8 Data Conversion
9 Data to IWS
10 Database Specifications
11 User Defined Fields
12 Mandatory Fields
13 Hardware Specifications
14 IP addresses
15 Gateways/Subnets
16 Interconnect Development
17 Data Conversion
18 Print Formats
19 Samples to Ventura
20 Print Format Request due
21 First Review to Ventura
22 Final Review to Ventura
23 Hardware Configuration * * * * *
24 Hardware Order Form
25 Order Hardware
</TABLE>
Page 1
<PAGE>
VENTURA IMPLEMENTATION PLAN
AUGUST 11, 1999
<TABLE>
<CAPTION>
SEP '99 OCT '99
------------------------------- --------------------------
ID TASK NAME DURATION START FINISH 8/29 9/5 9/12 9/19 9/26 10/3 10/10 10/17 10/24
-- --------------------------- -------- ----- ------ ---- --- ---- ---- ---- ---- ----- ----- -----
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
26 Hardware Config 9 days 11/1/99 11/11/99
27 Ship Hardware 1 day 11/11/99 11/11/99
28 Send Manuals 1 day 11/11/99 11/11/99
29 Hardware Config Complete 1 day 11/11/99 11/11/99
30 Installation 14 days 11/16/99 12/7/99
31 Install Server 1 day 11/16/99 11/16/99
32 Install Capture Stations 10 days 11/17/99 12/2/99
33 Install Investigate Stations 10 days 11/17/99 12/2/99
34 Final Data Conversion 2 days 12/1/99 12/2/99
35 Training 12 days 11/18/99 12/7/99
36 IWS Testing 2 days 12/1/99 12/2/99
37 Installation Complete 1 day 12/3/99 12/3/99
38 System Acceptance 30 days 30 days 12/6/99 1/18/00
</TABLE>
<TABLE>
<CAPTION>
NOV '99 DEC '99 JAN '00
------------------------------------ ---------------------------- -------------------
ID TASK NAME 10/31 11/7 11/14 11/21 11/28 12/5 12/12 12/19 12/26 1/2 1/9 1/16
-- ---------------------------- ----- ---- ----- ----- ----- ---- ----- ----- ----- --- --- ----
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
26 Hardware Config **********
27 Ship Hardware **
28 Send Manuals **
29 Hardware Config Complete **
30 Installation *************************
31 Install Server **
32 Install Capture Stations *****************
33 Install Investigate Stations *****************
34 Final Data Conversion *****
35 Training *******************
36 IWS Testing ***
37 Installation Complete **
38 System Acceptance 30 days *********************************************
</TABLE>
Page 2
<PAGE>
EXHIBIT D -- TRAINING
Crime Capture System -TM- Training Outline
I. Training
A trainer will follow each install on the day after the install is
completed. Training for each location will be one day.
II. System Administrator Training
System Administrator training will take place on the day after the
first capture station is installed. Ventura County will need to
designate a reasonable number of system administrators for training.
This number should not exceed 5-7 people and the training will be one
day. Training will cover all aspects of the system including server,
capture and investigate.
OPERATOR TRAINING
Objective: By the end of the training session, students will know how to book
a suspect, search a database, use the mug book function and create photo
line-ups.
TRAINING OUTLINE:
I. STARTING THE PROGRAM 5 minutes
III. New Bookings 120 minutes
a. ADDING A NEW BOOKING
1. TAKING A PICTURE
2. QUALITY CONTROL
b. VIEWING RECORDS
c. VIEWING MULTIPLE BOOKINGS
d. EDITING AND DELETING RECORDS
e. PRINTING INDIVIDUAL RECORDS
IV. Searching 45 minutes
a. QUICK SEARCH
b. SAVING A SEARCH
c. RUNNING AND EXISTING SEARCH
d. DELETING AND EXISTING SEARCH
e. PRINTING SEARCH RESULTS
V. Mug Book 30 minutes
a. SEARCHING FOR MUGSHOT
b. SAVING A MUG BOOK
c. VIEWING AN EXISTING MUG BOOK
1
<PAGE>
d. DELETING A MUG BOOK
VI. Photo Line-up 40 minutes
a. CREATING A PHOTO LINE-UP
b. SAVING A PHOTO LINE-UP
c. VIEWING AN EXISTING PHOTO LINE-UP
d. DELETING AN EXISTING PHOTO LINE-UP
E. PRINTING A PHOTO LINE-UP
SYSTEM ADMINISTRATOR TRAINING
II. SETTING UP PASSWORDS
III. DEFINING OPERATOR RIGHTS
IV. BACKING UP THE SYSTEM
V. ARCHIVING INFORMATION
VI. SETTING MANDATORY FIELDS
VII. CUSTOMIZING DATA PICK LISTS
2
<PAGE>
EXHIBIT E - ACCEPTANCE TESTING CRITERIA
PROCEDURES
Section I: Acceptance of Plan
This plan has been mutually agreed upon by both Ventura County
and ImageWare Software Inc. Project Managers as to it's
content, format, procedures, and terms.
Section II: Adherence to Plan
It is imperative that Ventura County and ImageWare Software
Inc. Information Services closely adhere to this plan to test
the system fully. Extensions to the test period will be granted
to Ventura County if the tests fail to demonstrate that
ImageWare's photo imaging system is not operating in a reliable
manner as determined by the Ventura County Project Manager or
his designee. If during the test period, successful completion
of a given measurement is compromised due to fault of the
county, the county shall have 5 business days to correct the
problem, if the problem cannot be corrected in that time frame
that measurement shall be waived by the County for Final
Acceptance purposes.
Section III: Responsibility for Testing
Ventura County will perform all testing prescribed herein with
ImageWare Software Inc.'s assistance. ImageWare Software Inc.
representatives will monitor all tests.
Section IV: Testing Procedure
Contained in Exhibit E are Acceptance Criteria for each of the
system components that will be tested for Acceptance. Each such
system component will be tested for Acceptance as the
installation of that component is completed. ImageWare Software
Inc. will notify Ventura County in writing that the applicable
system component is ready for Acceptance testing.
When a test is completed successfully, Ventura County's Project
Managers will sign and date the Acceptance Criteria form and
return it promptly to ImageWare Software Inc. In the event that
a test is not successful, Ventura County will complete a notice
of Acceptance Test Failure ("Notice") and deliver such notice
to ImageWare Software Inc. immediately. The Notice shall
identify each and every failure of the test. ImageWare Software
Inc. will then remedy the condition and notify Ventura County
of the availability of the system component for re-test,
thereupon Acceptance tests will be deemed to have been
completed successfully within five (5) business days of
initiation of said test, unless ImageWare Software Inc. has
received a notice within said period.
<PAGE>
NOTICE NUMBER: _______________
NOTICE OF ACCEPTANCE TEST FAILURES
Identified By: _________________________ Date: ___________________________
This notice refers to the _____________________ Acceptance Criteria.
Failures noted in testing the above:
1. ___________________________________________________________________________
2. ___________________________________________________________________________
3. ___________________________________________________________________________
4. ___________________________________________________________________________
5. ___________________________________________________________________________
6. ___________________________________________________________________________
7. ___________________________________________________________________________
8. ___________________________________________________________________________
9. ___________________________________________________________________________
10. ___________________________________________________________________________
11. ___________________________________________________________________________
12. ___________________________________________________________________________
13. ___________________________________________________________________________
14. ___________________________________________________________________________
15. ___________________________________________________________________________
All supporting Documentation evidencing the above are attached.
<PAGE>
SERVER INSTALLATION
ACCEPTANCE CRITERIA
1 OF 9
Description: These measurements will verify that the Server, RAID array,
and Microsoft SQL database engine has been installed and
is operating properly.
Objective The Server, RAID array, and Microsoft SQL database engine
has been installed and is operating normally.
Measurements The Server can be powered up.
The operating system is installed.
Users can log on the Server and execute programs reliably.
RAID array is attached to Server and images can be copied
to the drives.
The application can connect from a PC to the Microsoft SQL
Database on the Server.
Tape backup and archive is functioning properly.
Remote dial-in is functioning.
Peripherals are functioning properly.
-------------------------------------------------------------------------------
Accepted By (Ventura County):____________________________ Date: ______________
Accepted By (ImageWare Software Inc.):___________________ Date: ______________
<PAGE>
SOFTWARE - CRIME CAPTURE SYSTEM
ACCEPTANCE CRITERIA
2 OF 9
Description: These measurements will verify that the Crime Capture
System Software has been installed and is operating
properly.
Objective Images and data can be stored and retrieved from the Crime
Capture System server reliably. Images can be stored and
retrieved from magnetic media. Through a PC workstation
the Crime Capture System and Investigative Software can be
executed and all available functions can be executed
reliably and performs as outlined in the "Technical
Approach" section of ImageWare's response for proposal
#4799 dated 3/10/99
Measurements A user should be able to access Crime Capture System
Software from a PC workstation.
A user should be able to access Crime Investigative
Software from a PC workstation.
Images should be create-able and storable on the Crime
Capture System server.
Images, data, and print formats, can be displayed, copied,
and printed.
The Crime Capture System Administrator panel can be
executed. All administrative functions available from the
utility can be executed.
The Crime-Capture System server can be brought up and shut
down without error.
Crime Capture System server parameters can be set and
updated.
-------------------------------------------------------------------------------
Accepted By (Ventura County):____________________________ Date: ______________
Accepted By (ImageWare Software Inc.):___________________ Date: ______________
<PAGE>
CRIME CAPTURE SYSTEM
CAPTURE STATION
ACCEPTANCE CRITERIA
3 OF 9
Description: These measurements will verify that the Capture stations
have been installed and are operating properly.
Objective Capture stations should perform all functions correctly
and without errors or failures. The capture stations
should be able to log-on to the Crime Capture System
Server. The capture stations should be able to display or
save an image to the Crime Capture System Server and
perform as outlined in the "Technical Approach" section of
ImageWare's response for proposal #4799 dated 3/10/99.
Measurements A PC should begin the boot process when powered on,
including memory checking and OS loading. The process
should complete with Microsoft Windows NT workstation
program manager displayed.
The capture station can access the Server and perform
normal Crime Capture System functions.
New Booking
Photo capture is allowed.
Data input is allowed.
"Save record" is operational.
Camera is operational.
Pan and tilt is operational.
Zoom and focus is operational.
Photo import and photo export are operational
Photo exports to peripherals (printers, wrist band
printers) properly.
-------------------------------------------------------------------------------
Accepted By (Ventura County):____________________________ Date: ______________
Accepted By (ImageWare Software Inc.):___________________ Date: ______________
<PAGE>
CRIME CAPTURE SYSTEM
INVESTIGATIVE APPLICATION
ACCEPTANCE CRITERIA
4 OF 9
Description: These measurements will verify that the Crime Capture System
Investigative Application is operating properly.
Objective: The PC's with Investigative Software installed should be
able to log-on to the Crime Capture System Server. PC's with
Investigative Software installed should be able to display
images and data and perform as outlined in the "Technical
Approach" section of ImageWare's response for proposal #4799
dated 3/10/99.
Measurements: The investigative application should be able to access,
display, print, or copy images and data from the Printrak
converted database.
"Quick search" is operational.
"View search results" is operational.
"Print search results" is operational.
"View record" is operational.
"Edit record" is operational:
"Edit record contents" is operational.
"Save record" is operational.
"Delete record" is operational.
"Print record" is operational.
Mugbook:
"Build mugbook" is operational.
Photo Line-up:
"Create photo line-up" is operational.
"Save line-up" is operational.
_______________________________________________________________________________
Accepted By (Ventura County): ________________________________ Date: ________
Accepted By (ImageWare Software Inc.): _______________________ Date: ________
<PAGE>
DATA CONVERSION
ACCEPTANCE CRITERIA
5 OF 9
Description: These measurements will verify that the data and image
conversion is complete.
Objective: Printrak records have been converted to Crime Capture
System records and can be accessed, viewed and printed from
the Crime Capture System.
Measurements: A number of converted CCS records will be compared against
the corresponding Printrak records in order to verify that
the data and image have been converted properly. (This test
has to be conducted in IWS offices. A member of Ventura
County is welcomed to oversee this test.)
_______________________________________________________________________________
Accepted By (Ventura County): ________________________________ Date: ________
Accepted By (ImageWare Software Inc.): _______________________ Date: ________
<PAGE>
INTERFACE WITH VCJIS
ACCEPTANCE CRITERIA
6 OF 9
Description: These measurements will verify that the interface with
VCJIS is operating properly.
Objective: Crime Capture System fields will be populated via file
transport mechanism from inmate management system (VCJIS).
Measurements: A booking record is created is CCS upon creation of a
record within the VCJIS database.
______________________________________________________________________________
Accepted By (Ventura County): ________________________________ Date: ________
Accepted By (ImageWare Software Inc.): _______________________ Date: ________
<PAGE>
CUSTOM API FOR IMAGE RETRIEVAL
ACCEPTANCE CRITERIA
7 OF 9
Description: These measurements will verify that the custom API for
image retrieval is operating properly.
Objective: The API is developed and specifications are provided to
County.
Measurements: Using a separate application a booking number will be
entered and an image will be retrieved using the API.
______________________________________________________________________________
Accepted By (Ventura County): ________________________________ Date: ________
Accepted By (ImageWare Software Inc.): _______________________ Date: ________
<PAGE>
TRAINING
ACCEPTANCE CRITERIA
8 OF 9
Description: These measurements will verify that training has been
completed and that Ventura County was able to successfully
simulate a full day of processing.
Objective: All trained personnel are able to perform their normal daily
function(s) on ImageWare's Crime Capture System and
Investigative Display systems, and the photo imaging system
is able to process a normal daily work load consistently and
reliably without breakdowns attributed to either the hardware
or software supplied by ImageWare Software, Inc. to the County
of Ventura.
Measurements: All trained personnel are able to perform their normal daily
function(s) using ImageWare's supplied hardware and software.
All data and images are stored on the Crime Capture System
Server.
All data and images can be retrieved, displayed, or exported
to peripherals printers.
------------------------------------------------------------------------------
Accepted By (Ventura County): Date:
-------------------------------- ------------
Accepted By (ImageWare Software Inc.): Date:
----------------------- ------------
<PAGE>
FINAL ACCEPTANCE
9 OF 9
Description: This verifies that all the software and hardware has been
tested and accepted.
Objective: The software and hardware will be fully operational with no
significant disruptions.
Measurements: Final Acceptance will be deemed to have occurred if the
software and hardware is fully operational with no significant
disruptions for 30 days.
------------------------------------------------------------------------------
Accepted By (Ventura County): Date:
----------------------------- ---------------
Accepted By (Ventura County): Date:
----------------------------- ---------------
Accepted By (ImageWare Software Inc.) Date:
--------------------- ---------------
Accepted By (ImageWare Software Inc.) Date:
--------------------- ---------------
<PAGE>
==============================================================================
COUNTY OF VENTURA SHERIFF
CALIFORNIA VENTURA COUNTY
LOGO LOGO
COUNTY OF VENTURA
GENERAL SERVICES AGENCY
FACILITIES AND MATERIALS
PURCHASING SERVICES
800 VICTORIA AVENUE
VENTURA CA 93009-3120
REQUEST FOR PROPOSAL
#4799
FOR
PHOTO IMAGING SYSTEM
Design, Construction and Implementation
for Sheriff's Department
February 1, 1999
<PAGE>
COUNTY OF VENTURA
REQUEST FOR PROPOSAL #4799
for
SHERIFF'S DEPARTMENT PHOTO IMAGING SYSTEM --
Design, Construction and Implementation
SECTION 1.0
GENERAL INFORMATION AND SCOPE OF WORK
1.1 INTRODUCTION
THE COUNTY OF VENTURA (HEREINAFTER REFERRED TO AS COUNTY) INVITES
YOUR ORGANIZATION TO SUBMIT A WRITTEN PROPOSAL TO PROVIDE DESIGN,
CONSTRUCTION, IMPLEMENTATION AND RELATED SERVICES FOR A NEW PHOTO
IMAGING SYSTEM FOR THE SHERIFF'S DEPARTMENT, WHICH WILL REPLACE OUR
EXISTING SYSTEM. PROPOSALS SHALL BE DUE NO LATER THAN 4:00 P.M. ON
THURSDAY, MARCH 11, 1999. MANDATORY PRE-PROPOSAL CONFERENCE IS
SCHEDULED FOR FEBRUARY 19, 1999.
The County will receive proposals from firms having specific
experience and qualifications in the Photo Imaging arena. For
consideration proposals for the project must contain evidence of the
offeror's experience and abilities in the specified area and other
disciplines directly related to the proposed services. All offerors
shall provide profiles and resumes of the staff to be assigned to the
project. Offerors should have demonstrated ability, within the past
three years, in at least two comparable jurisdictions with a
population of at least 150,000.
Due to the nature of the equipment and the necessary interfacing that
is required, the County is seeking a vendor who can provide and
install a turnkey system including all software, hardware, labor,
materials and coordination between all agencies. HOWEVER, OFFERORS
ARE ADVISED THAT THE COUNTY MAY ELECT TO AWARD SEPARATE CONTRACTS FOR
EACH COMPONENT, OR PURCHASE HARDWARE/EQUIPMENT IN THE OPEN MARKET, IF
IT IS IN THE BEST INTEREST OF THE COUNTY TO DO SO.
The desired completion period from date of "notice to proceed" is 90
days, including legacy photo file conversion and training. This does
not include the 60 (sixty) day shake down period.
The following areas have been identified as justification for
prompting the Ventura County Sheriff's Department, in cooperation
with the other local law enforcement agencies, to consider upgrading
or replacing the current system.
Page 1
<PAGE>
- Not Year-2000 compliant.
- Outdated hardware architecture.
- Current system does not provide for an on-line back-up solution.
- Not compatible with most drivers (i.e., printers, video cards)
on the market.
1.2 PRE-PROPOSAL CONFERENCE
A MANDATORY PRE-PROPOSAL CONFERENCE AND JOB-WALK WILL BE HELD AT 9:30
A.M. ON FRIDAY, FEBRUARY 19, 1999. VENDORS SHALL MEET AT THE VENTURA
COUNTY GOVERNMENT CENTER, SERVICE COMPLEX, PURCHASING SERVICES, 800
SOUTH VICTORIA AVENUE, VENTURA, CALIFORNIA. (SEE EXHIBIT 'A',
GOVERNMENT CENTER MAP TO LOCATE THE SERVICE COMPLEX.) THE PURPOSE OF
THIS CONFERENCE IS TO CLARIFY THE COUNTY'S NEEDS AND TO ANSWER
QUESTIONS RELATING TO THE REQUEST FOR PROPOSAL (RFP) REQUIREMENTS.
1.3 BACKGROUND
In 1993, a committee was formed to study and formulate a strategy to
purchase a Photo Imaging System. The proposal for installing this
new, state-of-the-art Photo Imaging System was adopted with system
implementation in 1995. The system executes on a host server located
in the Sheriff's Department Emergency Operations Center networked to
other local law enforcement agencies within Ventura County. Since
implementation, a total of 12 retrieval stations and 9 capture
stations have been installed at the following sites:
<TABLE>
<CAPTION>
AGENCY LOCATION TYPE OF SITE MISC. REMARKS
--------------------------------------------------------------------------------------------
<S> <C> <C> <C>
Ventura County Sheriff's Computer Application Server None
Sheriff's Department Room
--------------------------------------------------------------------------------------------
Ventura County Sheriff's Computer Host Server None
Sheriff's Department Room
--------------------------------------------------------------------------------------------
Ventura County Pre-Trial Detention Capture Station None
Sheriff's Department Facility/Men's
Booking
--------------------------------------------------------------------------------------------
Ventura County Pre-Trial Detention Capture Station None
Sheriff's Department Facility/Women's
Booking
--------------------------------------------------------------------------------------------
Page 2
<PAGE>
--------------------------------------------------------------------------------------------
Ventura County Sheriff's Records/ Capture Station None
Sheriff's Department West County
--------------------------------------------------------------------------------------------
Ventura County Todd Road Jail Capture Station None
Sheriff's Department
--------------------------------------------------------------------------------------------
Ventura County Fast County Jail Capture Station None
Sheriff's Department
--------------------------------------------------------------------------------------------
Simi Valley PD City of Simi Valley Capture Station None
--------------------------------------------------------------------------------------------
Port Hueneme PD City of Port Hueneme Capture Station None
--------------------------------------------------------------------------------------------
Ventura County District Attorney's Retrieval Station None
District Attorney Office
--------------------------------------------------------------------------------------------
Ventura County West County Retrieval Station None
Sheriff's Department Detectives
--------------------------------------------------------------------------------------------
Ventura County Pre-Trial Detention Retrieval Station None
Sheriff's Department Facilities/Central (Armband)
Inmate Records
--------------------------------------------------------------------------------------------
Ventura County East County/ Retrieval Station None
Sheriff's Department Detectives
--------------------------------------------------------------------------------------------
Ventura County East County/Gangs Retrieval Station None
Sheriff's Department
--------------------------------------------------------------------------------------------
Camarillo PD City of Camarillo Retrieval Station None
--------------------------------------------------------------------------------------------
Ventura PD City of Ventura Retrieval Station None
--------------------------------------------------------------------------------------------
Fillmore PD City of Ventura Retrieval Station None
--------------------------------------------------------------------------------------------
Oxnard PD City of Oxnard Retrieval Station None
--------------------------------------------------------------------------------------------
Ventura County Honor Farm Retrieval Station None
Sheriff's Department
--------------------------------------------------------------------------------------------
Santa Paula PD City of Santa Paula Retrieval Station None
--------------------------------------------------------------------------------------------
Ojai PD City of Ojai Retrieval Station None
--------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------
</TABLE>
Page 3
<PAGE>
1.4 PHOTO IMAGING SYSTEM PHASES OVERVIEW
The proposed Photo Imaging System will incorporate the areas for
improvement listed in Section 1.1 above, as well as the overall needs
established by the Ventura County Sheriff's Department and the other
Law Enforcement Agencies they serve.
This overview is to define the development phases and major
deliverables that are expected in the development of the new Photo
Imaging System. This overview will serve as the basis for the project
statement of work. The major deliverables, and others defined by the
vendor, will be tied directly to the project schedule and subsequently
reflected in the payment schedule. The proposed development will
include:
a) Project Planning
b) Detailed Design
c) Construction
d) Documentation and Training
e) User Acceptance Testing
f) 60 day Final Acceptance Test/Implementation
g) Data Conversion
a) PROJECT PLANNING
The successful offerors will define the individual tasks,
dates, hours, and resources associated with this project. The
vendor will meet with representatives from the Ventura
County Sheriff's Department Information Services Bureau and
the Ventura County Information Systems Department to plan and
coordinate the implementation of the new Photo Imaging
System. The objectives, risks, constraints, assumptions and
controls (Change Control Management) will be identified and
documented by the vendor and approved by the County Project
Manager. The Critical Success Factors will be developed by
the vendor and approved by the Project Manager that will be
used to measure acceptable performance and completion of
selected tasks and milestones.
Successful Offeror will be required to submit written
semi-weekly reports to the Ventura County Project Manager or
his representative. The report will cover the progress of
work being performed, milestones attained, resources
expended, problems encountered and corrective action taken.
Page 4
<PAGE>
b) DETAILED DESIGN
The vendor will define the overall design of the networked
Photo Imaging System with the approval of the County Project
Manager.
c) CONSTRUCTION
The functional prototype will be constructed and reviewed by
the users. Any changes and modifications will be identified
and earlier phases revisited as necessary to incorporate
these changes. Conversion programs will be developed in
accordance with a Conversion Plan that the vendor will
produce and must be approved by the County Project Manager.
Performance engineering will be applied where needed to
maintain response time expectations. The vendor will perform
testing to the satisfaction of the County. Lastly, the vendor
will make the functional prototype operational (ready for
acceptance testing) and provide documentation as to how they
propose to implement the system (i.e. parallel approach to
current system). Vendor will document all change and
modification requests and continue to apply change control
management.
d) DOCUMENTATION AND TRAINING
Vendor will finalize user manual, system manual, on-line help
text, and user training documentation. Written documentation
will be professionally prepared and reproduced. Vendor will
conduct user training; 'train the trainer' and systems
training.
e) USER ACCEPTANCE TESTING
Vendor will load system with test cases as outlined by the
Project Manager. This will be a combination of electronically
converted data and manually entered data. The vendor will
exercise test scripts and validate results against
predetermined results. Vendor will obtain user acceptance via
the County Project Manager before continuing. Once accepted
by the user, the operational system will be ready for
interfacing and testing.
f) FINAL ACCEPTANCE TEST/IMPLEMENTATION
The vendor will load converted production data. This will be
a combination of electronically converted data and some
manually entered data. Vendor will exercise Implementation
Plan and begin Final Acceptance Test for a 60-day period. The
vendor will obtain final user acceptance through the County
Project Manager.
Page 5
<PAGE>
g) PHOTO (DATA) CONVERSION
The project scope shall also include photo image conversion
(convert existing images to a common format) and conversion
of a proprietary database containing demographic data into an
'open architecture' RDBMS. These requirements should include
the overall Conversion strategy and detailed specifications
to complete this process. Detail specifications will be
provided at the Pre-Proposal Conference.
1.5 ACTION DATES
The following is an outline of the anticipated schedule for the
proposal review and contract award. Schedule is subject to change:
Issue RFP February 1, 1999
Offeror Conference February 19, 1999
Proposals Due March 11, 1999
Evaluation-award April-May
Start Work May 1999
1.6 QUESTIONS REGARDING RFP
All questions concerning this Proposal may be directed to Rosa
Ceniceros, Principal Buyer, at (805) 654-5133.
Page 6
<PAGE>
SECTION 2.0
INSTRUCTIONS TO OFFERORS/RULES GOVERNING COMPETITION
2.1 EXAMINATION OF THE REQUEST FOR PROPOSAL
Offerors should carefully examine the entire RFP, any addenda
thereto, and all related materials and data referenced herein or
otherwise available to offeror.
Offeror shall be presumed to be familiar with all specifications and
requirements of this RFP. The failure or omission to examine any
form, instrument or document shall in no way relieve offerors from
any obligation with respect to this proposal.
2.2 PROPOSAL VALIDITY
Proposals submitted hereunder shall be firm for 150 calendar days
from the due date unless otherwise qualified.
2.3 PROPOSAL CONTENT/FORMAT
To be considered responsive, proposals should address all items
identified in this section.
Please note: Some items require that the offeror provide a detailed
response and/or attachments. Failure to provide a complete response
may be grounds for rejection of proposal.
Furthermore, proposals should be prepared in such a way as to provide
a straightforward and concise discussion of the offeror's ability to
provide a system that can best satisfy the requirements herein and
the needs of the County and other local Ventura County law
enforcement agencies. Elaborate or unnecessarily lengthy documents
are discouraged.
Emphasis should be concentrated on conformance to the RFP
instructions, responsiveness to the RFP requirements and on
completeness and clarity of content.
In order to facilitate evaluation and comparison, proposals should be
submitted in the format described in this section. Format
instructions must be adhered to; all requirements and requests for
information in the proposal must be responded to; all requested data
must be supplied. Failure to comply with this requirement may be
cause for rejection.
Page 7
<PAGE>
Answer on 8-1/2 x 11" sheets. Assemble your proposal in the following
order. Proposals should be numbered in a manner, of the offeror's own
choosing, that allows for easy reference. Submit 1 (one) original and
8 (eight) copies of your proposal. To conserve resources we ask that
proposals be duplexed when possible.
a. COVER LETTER/SIGNATURE ON PROPOSAL
A cover letter, which shall be considered an integral part of
the proposal, shall be signed by individual(s) who is/are
authorized to bind offeror(s) contractually. The signature(s)
must indicate the classification or position that the
individual(s) hold in the firm.
The cover letter shall designate a person or persons who may
be contacted during the period of evaluation with questions or
contract issues. Include name(s), title, address and telephone
number.
b. COMPANY PROFILE AND QUALIFICATIONS
Offerors shall state full name and address of offerors
organization. Include the address of any local branch
office(s) that will be directly responsible for servicing this
account. This should include the following facilities:
headquarters, sales, technical (service), and billing.
Provide a brief overview of your company's background.
Indicate the number of years your firm has been providing,
designing and/or supporting the type of service and/or
equipment proposed hereunder. Indicate the number of Photo
Mug-shot installations your firm has successfully implemented
(nationwide) in the last three years and/or the number of
projects involving detailed requirements analysis. Indicate
that number of installations for service population over
150,000.
c. PERSONNEL QUALIFICATIONS
1. Identify technical/engineering staff that will be
assigned to the County. Include resume.
2. Provide a resume detailing the experience, level of
expertise and qualifications of the Project Manager and
those individuals who will directly support and be
involved in meeting the day to day requirements of the
County.
3. Identify other key personnel and their position within
the organization.
Page 8
<PAGE>
4. If you plan to sub-contract work, you must indicate the name
and address of each firm and the type of work or tasks they
will perform. Identify the personnel to be assigned, their
position, qualifications and representative experience.
d. FINANCIAL STATEMENT
Offerors must provide a current financial statement or latest
annual report. Offerors shall make a definitive statement regarding
their financial ability to perform the requirements hereunder.
e. REFERENCES
Please indicate the names and addresses of five recent customers
for whom you have or are providing similar services as proposed
hereunder. Preferably those using the version of the application
software and operating system you are proposing. Indicate the date
the system was installed. Use the following format:
Feel free to add more references and categories.
<TABLE>
<S> <C> <C> <C>
Name, Address Development Hardware/Software
Contact, Title Language or Database Software environment of
Phone Number Tools used used (RDBMS) clients & servers(s)
-------------- ----------- ----------------- --------------------
</TABLE>
f. PROPOSER UNDERSTANDING
Offerors may include an understanding of the County's needs or any
other information deemed necessary which may not be required in any
other section of the RFP.
g. TECHNICAL APPROACH
Offeror's response shall state on a point-by-point basis whether
proposal is in compliance with the specifications/requirements of
the RFP (Appendix "A"). Address each item in the order given,
identify each response by item number. Submit a full explanation
of, and justification for, any exemptions or deviations.
Offerors are encouraged to include technical materials (e.g.,
product data sheets, equipment specification summaries, and
equipment configuration diagrams) that support their technical
approach and are appropriate to respond fully to the questions
in the RFP.
Page 9
<PAGE>
h. SOFTWARE SUMMARY
Provide a list of the software modules, with associated
version/release numbers, proposed to satisfy the functional
requirements. This list must include any utility or operating system
software required. If the proposing vendor is not the author of the
software, the proposal must provide the full name of the
manufacturing software vendor and the commercial name of the
package. The proposal must list the bid price for each software
package proposed.
1. SOFTWARE OPTIONS
In addition to the software required to satisfy the
functional requirements, the proposal should provide a list
of and bid price for any supplemental software that the
vendor recommends to more fully satisfy the functional
objective and requirements specified herein.
2. SOFTWARE WARRANTIES
Indicate length and scope of software warranties.
3. SOURCE CODE
Offerors shall make a definitive statement regarding the
availability of software source code. (i.e., third party
escrow agreement)
4. SOFTWARE ONGOING MAINTENANCE AND SUPPORT
Outline software maintenance plan options, coverage,
policies and terms. For telephone support/consultation
services indicate hours available. Where more than one
software maintenance contract level of service is available,
please explain the options fully and recommend the option
most appropriate for the Sheriff's Department.
The proposal must clearly indicate when the maintenance
contract begins and any software warranty period ends.
i. HARDWARE SUMMARY
Because the design/configuration of each offeror's system
determines their associated hardware/equipment requirements, the
County is
Page 10
<PAGE>
requiring that proposals provide accurate sizing of critical
system components. Offeror shall describe the hardware platform,
storage, and equipment requirements for host computers and
workstation or client computers.
Indicate the extent to which each major component, including but
not limited to system RAM and disk, can be expanded to provide
additional capacity without the necessity to upgrade. Please
note also at what point system upgrades are necessary and
associated incrementals.
1. HARDWARE WARRANTIES
At minimum, for hardware/equipment, standard warranties
from equipment manufacturer(s) should be identified and
extended to the County.
2. HARDWARE EXTENDED MAINTENANCE
Outline hardware maintenance plan options, coverage,
policies and terms. For telephone support/consultation
services indicate hours available. Where more than one
hardware maintenance contract level of service is
available, please explain the options fully and recommend
the option most appropriate for the Sheriff's Department.
The proposal must clearly indicate when the maintenance
contract begins and any hardware warranty period ends.
3. SITE PREPARATION
If the hardware/equipment to be installed requires
special environmental considerations, Contractor shall
provide site preparation specifications.
J. DATA CONVERSION SERVICES
Discuss your capabilities and conversion plan.
K. SYSTEM DOCUMENTATION
The proposal must provide a brief description of all
documentation and manuals to be furnished to the County. This
list should include documentation for the hardware,
application programs, vendor packages, and training manuals.
It must indicate the date the users' guides and training
materials for the software were last updated and whether this
Page 11
<PAGE>
documentation corresponds to the version of the software
proposed for delivery.
L. TRAINING
Provide a complete outline of your proposed training program
for system users and operations staff for optimum system
utilization. Address both initial and ongoing training,
including special training for on-site modifications of the
system (or portions thereof), user data base management, and
security.
The training plans should include course content, length of
time required, and ratio of hands-on practice to lecture time.
Indicate clearly whether initial training is available at
County's site or only at the offeror's and any limits to the
number of staff that can be trained under the plan. On-going
vendor training programs should also be described and priced.
M. IMPLEMENTATION SCHEDULE
The proposal must provide a detailed implementation schedule,
including a timetable for the complete implementation of the
system at the various sites. The schedule shall begin with
date of contract award and shall include but is not limited
to, planning, design, hardware installation, software
installation, initial training, data conversion, interface
program development, user acceptance testing period, and final
estimated "live date" for the total system.
Describe the approach you plan to use in implementing the
Photo Imaging System. Show major milestones as they relate to
the approach/plan. Indicate your ability to meet the County's
90 day project time frame.
N. COMPLIANCE WITH TERMS AND CONDITIONS
Offeror's response shall state on a POINT-BY-POINT basis
whether proposal is in compliance with the TERMS AND
CONDITIONS in Section 3 of this proposal.
Address each item in the order given, identify each response
by item number. Submit a full explanation of, and
justification for, any exemptions or deviations.
Page 12
<PAGE>
O. COST PROPOSAL SUMMARY
In this section, the offeror shall provide costing information
for the entire project - design, construction, implementation.
All Costs are to be stated as "fixed price" amounts. All
"other costs" must be detailed.
Service components (i.e. design, project management,
installation, etc.) should be itemized by personnel, projected
hours and duration of assignment or task.
No additional charges (e.g., for transportation, out-of-pocket
expenses, etc.) will be allowed unless so specified herein.
Proposals must provide a summary of costs for all items of
expense to the County including the following:
* Project Management
* Software (show cost for each package)
* Hardware
* Installation
* Training
* Conversion, and interface programming
* Documentation
* Other costs (please specify)
* Annual Extended Maintenance for Hardware
* Software maintenance costs
* Payment/Performance Bond
* Other recurring costs (please specify)
Do not include tax. Hardware/equipment pricing should be on an
F.O.B. Destination basis.
P. PAYMENT TERMS
The County requires a payment schedule based on performance of
specific and measurable deliverables. Customary terms are Net
30 for work performed. The County will require a holdback of
25% of the contract monies until final acceptance and sign-off
of project. Offerors shall indicate their proposed payment
terms and identify and document critical success factors used
to measure deliverables and acceptable performance.
Page 13
<PAGE>
2.4 SUBMITTAL DEADLINE
Completed proposals should be sealed and clearly marked "Request for
Proposal #4799, for Sheriff's Department Photo Imaging System," and
must be delivered no later than 4:00 p.m. on Thursday, March 11, 1999
to:
County of Ventura Purchasing Services
Government Center, Service Complex
800 S. Victoria Avenue
Ventura, CA 93009-3120
Please submit one original and eight (8) copies of the proposal.
Offerors may withdraw their proposals, at any time prior to the due
date and time, by submitting notification of withdrawal signed by the
offeror's authorized agent.
Proposals can not be changed or modified after the date and time
designated for receipt.
2.5 COSTS INCURRED IN RESPONDING
The County of Ventura will not pay any costs incurred in proposal
preparation, presentation, demonstration or negotiation, nor does it
commit to procure or contract for any services. All costs of proposal
preparation shall be borne by the offeror. It is understood that all
proposals, inquiries, and correspondence relating to this RFP and all
reports, charts, displays, schedules, exhibits, and other
documentation will become the property of the County of Ventura when
received by the County and may be considered public information under
applicable law. The County assumes no liability for any costs
incurred by offerors throughout the entire selection process.
2.6 AMENDMENTS
If it becomes evident that this RFP has to be amended, a formal
amendment will be issued to all prospective offerors. If necessary, a
new proposal due date will be established.
Oral communication from the County concerning the RFP is not binding
on the County and shall in no way excuse the successful offeror of
obligations set forth in this RFP.
Page 14
<PAGE>
2.7 CONFIDENTIAL AND PROPRIETARY DATA
All materials received relative to this RFP will be kept
confidential, until such time, an award is made or the RFP is
cancelled, at which time all materials received will be made
available to the public.
If any part of the proposal is proprietary or confidential, the
offeror must so identify and so state; however, any information that
must be used by the evaluation team to aid in system selection cannot
be restricted from the public.
2.8 PROPOSAL REVIEW AND EVALUATION
a. VALIDATION
Proposals will be checked for the information required to
conform with this RFP. Absence of required information may be
cause for rejection.
b. EVALUATION
The successful offeror shall be chosen in accordance with, but
not limited to, the following criteria:
1. PROVEN PERFORMANCE
The offeror's background, experience, and stability of
their firm will be assessed. The evaluation will focus
on the firm's record of successful service and support
to accounts of comparable size and environment. The
ability of the offeror will be evaluated in terms of
product resources, technical resources, staffing, staff
experience and facilities.
Client references will be contacted and their responses
will become a part of the award review process.
2. SUPPORT
Emphasis will be placed on the ability of the offeror
to service and support the needs of the County.
Organizational structure, staffing plan and offeror's
method for meeting the requirements of this RFP in the
most efficient manner will be an important
consideration.
3. REQUIREMENT/SPECIFICATIONS
Page 15
<PAGE>
The ability to meet the product specifications outlined
herein.
4. PRICE PERFORMANCE
Price is considered secondary to the above factors for
award in determining the most advantageous proposal
being offered to the County. Price will be evaluated by
a price analysis, which is defined as price
reasonableness for work performed. Price will be a
factor when proposals ranked under the above factors
are considered acceptable and fall within a competitive
range.
2.9 PRESENTATIONS
Offerors may be invited to make oral presentations to County and City
personnel. Due to the time frames associated with the RFP response,
offerors should be prepared to make oral presentations on short
notice. The offeror's representative(s) attending the oral
presentation should be qualified to respond to questions related to
system planning, design, construction and implementation.
2.10 SITE VISITS
The County reserves the right to schedule site visits to offeror's
facilities or a current operational site in order to assess the
capability and ability of the offeror to fulfill the contract.
2.11 ADDITIONAL INFORMATION
If during the evaluation process, the County is unable to determine
an offeror's ability to perform, the County has the option of
requesting any additional information which the County deems
necessary to determine the offeror's ability. The offeror will be
notified and permitted five working days to comply with any such
request.
2.12 ERRORS/DEFECTS IN PROPOSALS
If discrepancies between sections or other errors are found in a
proposal, the County may reject the proposal; however, the County
may, at its sole option, correct any arithmetical errors in price.
The County may waive any immaterial deviation or defect in a
proposal. The County's waiver of an immaterial deviation or defect
shall in no way modify the RFP documents or excuse the offeror from
full compliance with the RFP requirements, if awarded a contract.
Page 16
<PAGE>
2.13 AWARD
Award will be by means of a written agreement with the successful
offeror. Award will be made to the offeror(s) whose proposal is the
most advantageous to the County from the standpoint of quality,
service, previous experience, price, ability to deliver or for any
other reason deemed by the purchasing agent to be determined in the
best interest of the County and as such will not be determined by
price alone.
The final award of a contract is subject to approval by the Ventura
County R.A.N. Board and the Ventura County Board of Supervisors. The
awarding of the contract is subject to approval as well as the
availability of funds.
While the County intends to enter a contract for these services, it
will not be bound to do so. The County reserves the right to reject
any or all proposals.
The County shall be the sole judge of the successful offers
hereunder. The County reserves the right to award a contract to other
than the offeror submitting the lowest total price and to negotiate
with any or all offerors. Offerors are advised that it is possible
that an award may be made without discussion or any contact
concerning the proposals received. Accordingly, proposals should
contain the most favorable terms from a price and technical
standpoint, which the vendor can submit to the County. DO NOT ASSUME
that you will be contacted or afforded an opportunity to clarify,
discuss, or revise your proposal.
Page 17
<PAGE>
SECTION 3.0
GENERAL TERMS AND CONDITIONS
The County will require certain contractual obligations. These include, but
are not limited to the following:
3.1 REGULATION COMPLIANCE
All items supplied shall comply with all Federal, State and other
laws relative thereto. Contractor further agrees that the goods quoted
comply with all applicable Federal and State Occupational Safety and
Health Laws, Standards and Regulations, and that the seller will
indemnify and hold the buyer harmless for any failure to so conform.
All equipment and accessories shall conform to the standards of the
National Electrical Manufacturers Association (NEMA), Underwriters
Laboratories, Inc. (UL) or the local electrical testing station.
3.2 PERFORMANCE BOND
Performance and payment bonds are required. The bonds shall be for
50% of the final contract price. The required bonds must be received
at Ventura County Purchasing Services within ten (10) consecutive
days of receipt of purchase order. See Exhibit "B" for bond
requirements.
3.3 RESPONSIBILITY OF PROPOSER
The Contractor shall, prior to start of any work awarded hereby,
secure at Contractor's own expense all persons, employees and
equipment required to perform the contract requirements.
Contractor will be held fully responsible for performance of
subcontractors.
3.4 CONDITIONS FOR ACCEPTANCE
Contractor must demonstrate to the satisfaction of the County, that
the software/hardware delivered and installed meets all of the
manufacturers' published performance specifications.
INSTALLATION shall be confirmed through performance tests mutually
agreed to by both parties as being adequate for this purpose. Upon
completion of performance tests the County will begin ACCEPTANCE
TESTING.
Page 18
<PAGE>
Acceptance testing is intended to ensure that the system components
provided hereunder operate in substantial accord with Manufacturer's
and/or Contractor's technical specifications, adequately perform as
warranted by Contractor, and evidences a satisfactory level of
performance reliability, prior to its acceptance by the County.
Formal sign-off of acceptance of a system component will take place
after 60 (sixty) days of error free processing.
System components shall not be accepted by the County and no final
charges associated with such system shall be paid by the County until
the system has satisfactorily completed the acceptance tests.
Prior to acceptance hereunder Contractor shall deliver software
documentation and user manuals and hardware/equipment user and
operating manuals.
3.5 COMMITMENTS, WARRANTY AND REPRESENTATIONS
The proposal submitted in response to this RFP will be included as
part of the final contract.
Proposers are cautioned that if a contract is awarded as a result of
this procurement process, any written commitment by an proposer
within the scope of this procurement shall be binding upon the
proposer whether or not incorporated into a contract document. Failure
of the vendor to fulfill any such commitment shall render the proposer
liable for liquated or other damages due the County under the terms
of the Contract. For the purpose of this procurement, a commitment
by a proposer includes:
Any warranty or representation made by proposer in a proposal as to
hardware or software performance, any other physical design,
functional characteristic or items described in any literature,
descriptions, drawings, or specifications accompanying or referred
to in a proposal.
Any modification of, or affirmation or representation as to the
above, which is made by a proposer in or during the course of
negotiation.
Any representation by a proposer in a proposal, supporting
document, or negotiations subsequent thereto as to services to be
performed, regardless of the fact that the duration of such
commitment may exceed the duration of the contract.
3.6 PERFORMANCE PERIOD
The Contractor shall perform/deliver the products and/or services
on or before
Page 19
<PAGE>
the Completion Date specified in their response. TIME IS OF THE
ESSENCE IN THIS CONTRACT.
3.7 WARRANTIES
Notwithstanding the manufacturer's system warranties as applicable,
Contractor shall warrant and represent that:
a. the Software/Hardware and Services supplied hereunder will perform
substantially in accordance with its published specifications and
documentation for a period of one (1) year from the date the County
accepts such items. During such warranty period, all software
repairs or deficiencies noted by the County shall be reported to
the Contractor for resolution. Such repairs/deficiencies shall be
corrected by Contractor without any charge whatsoever to the County
and within a reasonable period of time.
b. it has title to the Software, that may be provided under this
contract, and/or the authority to grant licenses to use the third
party software.
c. its work hereunder shall be of professional quality and performed
consistent with generally accepted industry standards.
d. there exists no actual or potential conflict of interest concerning
the Services to be performed under this agreement. Contractor
represents that performance under this agreement does not require
the breach of any agreement or obligation to keep in confidence the
proprietary information of another party.
e. the hardware/software supplied hereunder shall provide fault-free
performance and fault-free result in the processing date and date
related data (including, but not limited to calculating, comparing
and sequencing) of any hardware, software and firmware products
delivered by Contractor and services provided under this contract,
individually or in combination, as the case may be from the
effective date of this contract. Also, the supplier warrants the
year 2000 calculations will be recognized and accommodated and will
not in any way, result in hardware, software or firmware failure. The
County, at its sole option, may require the Contractor, at any time,
to demonstrate the procedures it intends to follow in order to comply
with all the obligations contained herein.
The obligations contained herein apply to products provided by the
Contractor, its sub-contractor or any third party involved in the
creation of the products to be delivered to the County under this
contract. Failure to comply with any of the obligations contained
herein, may result in the
Page 20
<PAGE>
County availing itself of all its rights under the law and under
this contract including, but not limited to, its rights pertaining
to termination or default.
The warranties contained herein are separate and discrete from any
other warranties specified in this contract, and are not subject to
any disclaimer or warranty or limitation of the suppliers liability
which may be specified in this contract, its appendices, its
schedules, its annexes or any document incorporated in this contract
by reference. Y2K compliance problems shall not be considered an act
of God.
3.8 SITE PREPARATION
a. If the system to be installed requires special environmental
considerations, Contractor shall provide site preparation
specifications for system listed in Exhibit within a reasonable
time upon request by the County, unless such specifications have
been included in the Contractor's proposal. These specifications
shall be in such detail as to ensure that the system, if installed
according to these specifications, shall operate efficiently, from
an environmental point of view and properly from a functional point
of view.
b. The County may prepare a site plan showing the location of each
item of system listed in Exhibit and detailing the associated
electrical power and environmental control facilities. If requested,
the Contractor will review and comment on the adequacy of the
County's plan, and shall be permitted free access to the site for
this purpose.
Alternatively, the Contractor may prepare the site plan, and will
be permitted free access to the site for this purpose.
c. The County will cause the site to be prepared in accordance with
the Contractor's written minimum site and environmental
specifications, unless the Contractor has agreed to be responsible
for such site preparation, on or before the Facility Readiness Date
specified in Exhibit .
d. Any subsequent alterations or modifications to the site which are
directly attributable to incomplete or erroneous specifications
provided by the Contractor and which involve additional expense
shall be made at the expense of the Contractor, to the extent that
such costs would not have been incurred had the complete and/or
correct specifications been initially provided.
Page 21
<PAGE>
3.9 PATENT AND COPYRIGHT PROTECTION
The Contractor, at is own expense, shall defend any action brought
against the County to the extent that such action is based upon a claim
that the hardware/software or "system" supplied by the Contractor, or
the operation of such system pursuant to a current version of
Contractor-supplied operating software, infringes a United States
patent or copyright.
The Contractor shall pay those costs and damages finally awarded
against the County in any such action. Such defense and payment shall
be conditioned on the following:
a. That the Contractor shall be notified within a reasonable time in
writing by the County of any notice of such claim; and,
b. That the Contractor shall have the sole control of the defense of
any action on such claim and all negotiations for its settlement or
compromise.
Should the system, or the operation thereof, become, or in the
Contractor's opinion are likely to become, the subject of a claim of
infringement of a United States patent or copyright, the County shall
permit the Contractor at its option and expense either to procure for
the County the right to continue using the system, or to replace or
modify the same so that they become non-infringing.
If, in the sole opinion of the County, the return of such infringing
system makes the retention of other items of system acquired from the
Contractor under this contract impractical, the County shall then have
the option of terminating the contract, or applicable portions thereof,
without penalty or termination charge. The Contractor agrees to take
back such system and refund any sums the County has paid Contractor
less any reasonable amount for use or damage. Such indemnity by the
Contractor as to use of such system shall not apply to any infringement
arising out of the use or in combination with other items where such
infringement would not have occurred in the normal use for which the
system was developed.
3.10 RIGHTS IN DATA
The title to all original written material including programs and other
programming documentation originated and prepared pursuant to this
contract shall belong exclusively to the COUNTY OF VENTURA. No
documents prepared pursuant to this agreement or any modification
thereof will be copyrighted by the Contractor or by the County.
Page 22
<PAGE>
3.11 TITLE TO EQUIPMENT
Title to the EQUIPMENT (IF ORDERED HEREUNDER) shall remain in the
Contractor until such time as the full purchase price and applicable
taxes are paid to the Contractor.
3.12 FORCE MAJEURE
Except for defaults of subcontractors, neither party shall be
responsible for delays or failures in performance resulting from acts
beyond the control of the offending party.
Such acts shall include but shall not be limited to acts of God, fire,
flood, earthquake, other natural disaster, nuclear accident, strike,
lockout, riot, freight embargo, public regulated utility, or
governmental statutes or regulations superimposed after the fact.
If a delay or failure in performance by the Contractor arises out of a
default of its subcontractor, and if such default arises out of causes
beyond the control of both the Contractor and subcontractor, and
without the fault or negligence of either of them, the Contractor shall
not be liable for damages of such delay or failure, unless the supplies
or services to be furnished by the subcontractor were obtainable from
other sources in sufficient time to permit the Contractor to meet the
required performance schedule.
3.13 INDEMNIFICATION/HOLD HARMLESS
The Contractor will indemnify, defend and hold harmless the County of
Ventura, its officers, agents, employees or representatives from all
liability for any loss, damage, or injury to persons or property
arising from or related to the performance of this agreement, including
without limitation all consequential damages and attorney's fees,
resulting from the Contractor's wrongful, reckless or negligent
performance hereunder.
3.14 INSURANCE PROVISIONS
A. CONTRACTOR, at its sole cost and expense, will obtain and maintain
in full force during the term of this contract the following types
of insurance:
1. Commercial General Liability "occurrence" coverage in the
minimum amount of $1,000,000 combined single limit (CSL) bodily
injury & property damage each occurrence and $2,000,000
aggregate, including personal injury, broad form property
damage, products/completed operations, broad form blanket
contractual and $100,000 fire legal liability.
Page 23
<PAGE>
2. Commercial Automobile Liability coverage in the minimum amount of
$1,000,000 CSI, bodily injury & property damage, including owned,
non-owned, and hired automobiles. Also to include
Uninsured/Underinsured Motorists coverage in the minimum amount
of $100,000 when there are owned vehicles.
3. Workers' Compensation coverage, in full compliance with
California statutory requirements, for all employees of
CONTRACTOR and Employer's Liability in the minimum amount of
$1,000,000.
B. All insurance required will be primary coverage as respects COUNTY
and any insurance or self-insurance maintained by COUNTY will be
excess of CONTRACTOR'S insurance coverage and will not contribute to
it.
C. COUNTY is to be notified immediately if any aggregate insurance limit
is exceeded. Additional coverage must be purchased to meet
requirements.
D. The County of Ventura, Its Boards, Agencies, Departments, Offices,
Employees, Agents, and Volunteers are to be named as Additional
Insured as respects work done by CONTRACTOR under the terms of this
contract on all policies required (except Workers' Compensation).
E. Contractor agrees to waive all rights of subrogation against the
County of Ventura, Its Boards, Agencies, Departments, Officers,
Employees, Agents and Volunteers for losses arising from work
performed by Contractor under the terms of this contract.
F. Policies will not be canceled, non-renewed or reduced in scope of
coverage until after sixty (60) days written notice has been given to
the County of Ventura, Risk Management Division.
G. CONTRACTOR agrees to provide COUNTY with the following insurance
documents on or before the effective date of this contract.
1. Certificates of Insurance for all required coverage.
2. Additional Insured endorsements.
3. 60 Days Notice Cancellation Clause endorsement.
Failure to provide these documents will be grounds for immediate
termination or suspension of this contract.
PAGE 24
<PAGE>
3.15 NON-APPROPRIATION OF FUNDS
County's obligation hereunder will be limited to the funds appropriated
by the Board of Supervisors for this purpose for each fiscal year in
which this contract is in effect. In the event that the Board of
Supervisors fails to so appropriate said funds, County's obligation
hereunder will terminate at the end of the fiscal year for which funds
were appropriated or at the end of the contract term, which ever occurs
first.
3.16 TAXES
The County is exempt from Federal excise taxes and no payment shall be
made for any personal property taxes levied on the Contractor or on any
taxes levied on employee wages. The County will only pay for any State
or local sales or use taxes on the services rendered or equipment,
parts supplied into the County pursuant to this contract.
3.17 INDEPENDENT CONTRACTOR
No relationship of employer and employee is created by this contract,
it being understood that Contractor is an independent contractor, and
neither Contractor nor any of the persons performing services for
Contractor pursuant to this contract, whether said person be member,
partner, employee, subcontractor, or otherwise, will have any claim
under this contract or otherwise against County for sick leave,
vacation pay, retirement benefits, social security, workers'
compensation, disability, unemployment insurance benefits, or employee
benefits of any kind.
It is further understood and agreed by the parties hereto that, except
as provided in this contract, Contractor in the performance of its
obligation hereunder is subject to the control or direction of County
merely as to the result to be accomplished by the services hereunder
agreed to be rendered and performed and not as to the means and methods
for accomplishing the results.
If, in the performance of this contract, any third persons are employed
by Contractor, such persons will be entirely and exclusively under
direction, supervision and control of Contractor. All terms of
employment, including hours, wages, working conditions, discipline,
hiring and discharging or any other terms of employment or requirements
of law, will be determined by Contractor, and County will have no right
or authority over such persons or the terms of such employment, except
as provided in this contract.
The Contractor will comply with all of the provisions of the Worker's
Page 25
<PAGE>
Compensation Insurance and Safety Acts of the State of California, the
applicable provisions of Division 4 and 5 of the California Labor Code
and all amendments, thereto; and all similar State and Federal acts or
laws applicable; and will indemnify and hold harmless the County of
Ventura from and against all claims, demands, payments, suits, actions,
proceedings and judgements of every nature and description, including
attorney's fees and costs, presented, brought or recovered against the
County of Ventura, for or on account of any liability under any of said
Acts which may be incurred by reasons of any work to be performed under
this Contract.
3.18 CONTRACT MONITORING
The County shall have the right to review the work being performed by
the Contractor under this contract at any time during County's usual
working hours. Review, checking, approval or other action by the County
shall not relieve Contractor of Contractor's responsibility for the
accuracy and completeness of the work performed under this contract.
This contract shall be administered by the County's contract
administrator or his/her authorized representative.
3.19 EQUAL OPPORTUNITY
Contractor will not discriminate against any employee, or against any
applicant for such employment because of age, race, color, religion,
physical handicap, ancestry, gender or national origin. This provision
shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer, recruitment or recruitment
advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
3.20 INVESTIGATION AND RESEARCH
Contractor by investigation and research has acquired reasonable
knowledge of all conditions affecting the work to be done and labor
and material needed, and the execution of this contract is to be
based upon such investigation and research, and not upon any
representation made by the County or any of its officers, agents
or employees, except as provided herein.
3.21 TERMINATION
Upon termination or other expiration of this contract, each party will
assist the other party in the orderly termination of the contract and
the transfer of all assets, tangible and intangible, as may facilitate
the orderly, non-disrupted business continuation of each party. Prior
to the expiration of this contract, this contract may be terminated for
the convenience of both parties by mutual consent.
The County may terminate this contract under the provisions of, "Rights
and Remedies of County for Default" paragraph.
Page 26
<PAGE>
3.22 CHANGES/ALTERATIONS
County may from time to time require changes in the scope of the
services required hereunder. Such changes, including any increase or
decrease in the amount of Contractor's compensation which are mutually
agreed upon by and between County and Contractor, shall be effective
when incorporated in written amendments to this contract.
3.23 CONFIDENTIALITY
Any reports, information, data, statistics, forms, procedures, systems,
studies and any other communication or form of knowledge given to or
prepared or assembled by Contractor under this contract which County
requests to be kept as confidential shall not be made available to
any individual or organization by Contractor without the prior written
approval of the County except as authorized by law.
3.24 RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT
a. In the event any equipment, software, or service furnished by the
Contractor in the performance of this contract should fail to
conform to the specifications therefor, the County may reject the
same, and it shall thereupon become the duty of the Contractor to
reclaim and remove the same forthwith, without expense to the
County, and immediately to replace all such rejected equipment,
software, or service with others conforming to such specifications;
provided that should the Contractor fail, neglect or refuse to do so
the County shall thereupon have the right to purchase in the open
market, in lieu thereof, a corresponding quantity of any such
equipment, software, or service and to deduct from any moneys due or
that may thereafter become due to the Contractor the difference
between the price named in this contract and the actual cost thereof
to the County.
b. In the event the Contractor shall fail to make prompt delivery as
specified of any equipment, software, or service, the same
conditions as to the rights of the County to purchase in the open
market and to reimbursement set forth above shall apply, except
as otherwise provided, i.e. "Force Majeure".
c. In the event of the cancellation of this contract either in whole
or in part, by reason of the default or breach thereof by the
Contractor, any loss or damage sustained by the County, including
liquidated damages, in procuring any equipment, software or service
which the Contractor therein agreed to supply shall be borne and
paid for by the Contractor.
Page 27
<PAGE>
d. The rights and remedies of the County provided above shall
not be exclusive and are in addition to any other rights and
remedies provided by law or under the contract.
3.25 GOVERNING LAW
The validity of this contract and any of its terms or provisions, as
well as the rights and duties of the parties under this contract, will
be construed pursuant to and in accordance with the laws of the State
of California.
3.26 SEVERABILITY OF CONTRACT
If any term of this contract is held by a court of competent jurisdiction
to be void or unenforceable, the remainder of the contract terms will
remain in full force and effect and will not be affected.
3.27 CUMULATIVE REMEDIES
The exercise or failure to exercise of legal rights and remedies by the
County of Ventura in the event of any default or breach hereunder will
not constitute a waiver or forfeiture of any other rights and remedies,
and will be without prejudice to the enforcement of any other right or
remedy available by law or authorized by this contract.
3.28 ASSIGNMENT
Contractor shall not assign this contract or any portion thereof without
prior written approval from the County. Any attempted assignment
without such prior consent may be cause for immediate termination.
3.29 TERMINATION OF CONTRACT
In the event of termination under this paragraph, Contractor shall be
paid for all work provided to the date of termination, as long as
such work meets the terms and conditions of this agreement. On
completion or termination of this agreement, County shall be entitled
to immediate possession of and Contractor shall furnish all
computations, correspondence and other pertinent data gathered or
computed by Contractor specifically for the services required hereunder
prior to such termination.
Page 28
<PAGE>
Contractor hereby expressly waives any and all claims for damages or
compensation arising under this Agreement except as set forth in this
paragraph in the event of such termination.
The right of termination belonging to the County of Ventura may be
exercised without prejudice to any other remedy which it may be
entitled at law or under this agreement.
Upon termination or other expiration of this contract, each party will
assist the other party in the orderly termination of the contract and
the transfer of all assets, tangible and intangible, as may facilitate
the orderly, non-disrupted business continuation of each party.
The County at its sole option may terminate this agreement upon thirty
(30) days written notice with or without cause.
Page 29
<PAGE>
Appendix "A"
New Photo Imaging System Requirements
PLATFORMS AND ARCHITECTURE
1. The new system shall conform to Ventura County Information System
Department's and Ventura County Sheriff's Information Bureau's platforms
and architecture requirements. (CURRENT HARDWARE, SOFTWARE, DATA, AND
NETWORK ENVIRONMENTS(S) WILL BE DISCUSSED AT THE BIDDER'S CONFERENCE).
2. System shall be "open architecture", non-proprietary.
3. System shall be "Year 2000" compliant.
4. System's capture stations shall be NT 4.0: the retrieval stations shall
be NT 4.0 and WIN '95 compatible.
5. System shall have the ability to network preferably using Ethernet/TCP/IP.
6. System shall have API (Application Programmers Interface) tools for
interface with County Systems. System shall be API capable and work with
PowerBuilder.
DETENTION SERVICES
1. System shall have the capability of being able to interface with the
current and future Inmate Management System using API tools.
2. System shall have the capability of being able to capture color mug-shot
photographs during booking process and providing print out on booking
sheets as well as to provide a photograph on inmate armbands.
3. System shall interface with the demographics and photo imaging files with
current and future Inmate Management Systems and D.B.I. fingerprint system.
PHOTO SPECIFIC REQUIREMENTS
1. The system shall be "USER FRIENDLY". Minimizing the steps necessary in
preparing six-pack or larger photo line-ups.
2. Photographs shall be in JPEG format.
3. System shall be capable of being able to reduce or enlarge photographs
while keeping the original photo file intact.
4. System shall conform to all California Department of Justice (DOJ),
Federal and NIST Standards for mug-shot photographs.
5. System shall accept existing photographs (through data conversion).
6. System shall be capable of creating color or black and white six-pack
photographic line-ups.
7. We would like the system to have the capability of being able to view
multiple mug-shots at one time when selecting candidates for six-pack
line-ups, rather than having to go back and forth selecting one candidate
at a time.
1
<PAGE>
8. System shall have the capability of being able to print out an individual
color or black and white photograph while displaying a six-pack or
displaying a full page of photographs.
9. System shall have the ability to print out a photograph without
demographic descriptors or with descriptors that include but not
limited to Name, DOB, Booking #, B1# (Bureau of Identification Number),
HEIGHT, WEIGHT, HAIR COLOR, AND EYE COLOR.
10. System shall be capable of creating "Attempt to Locate" and "Wanted
Persons" posters.
11. System shall have the ability to modify templates (by "USER") for
"Attempt to Locate" or "Wanted Posters" that reflects each Agencies
own individual identification (Department's name, Chief's name etc.)
12. We would like the system to have the capability of being able to securely
E-mail photographs over the Internet.
13. We would like the system to have the capability of being able to export
photo images to internal or external networks, or other outside
communication links including CAL-PHOTO and MOBILE DATA terminals.
14. We would like the system to have the ability for the "USER" to out and
past photographs without changing the original photographic file.
15. System shall have the ability to easily compress photo image files for
transmission across radio and or cellular frequencies without degradation.
16. System shall have the capability of being able to capture photographs of
tatoos, marks, scars, or any other identifying characteristics.
17. We would like the system to have the capability of being able to import
additional information via TWAIN (i.e. weapons, vehicles, or residences.)
18. System shall have the ability to print out single color or black and
white photographs on 8-1/2 x 11-inch paper.
COMPOSITE SOFTWARE SPECIFIC
1. System shall include Composite software or allow for interface to
Composite Software.
2. Composite software shall be capable of creating photo realistic
composites of suspects.
3. System shall have capability of being able to search composite of
suspects to photo image database.
4. Composite software shall have capability of being able to build
composites that may be viewed and printed in black and white or
full color and to accurately depict skin, hair, lip and eye colors
or shape.
5. Composite software shall allow for imaging enhancement and editing
program for updating old photos, and enhancements of surveillance
videos.
6. Composite image program shall have capability of being able to add or
remove facial hair, hats, glasses, or temporary facial wounds.
7. System shall have capability of being able to accept captured video,
digital and scanned images.
2
<PAGE>
8. System shall include or allow for an interface to some type of Vehicle
I.D. system. System shall provide that the vehicle database of this
system have the capability of being able to search vehicles by feature,
text or V.I.N. (Vehicle Identification Number). The system shall also
accurately depict vehicles, colors, and display views of vehicles from
various angles, including front, rear, side and three-quarter views.
SEARCH ENGINES
1. The new Photo Imaging System shall have a search engine capable but not
limited of searching by: B1 #, NAME, AKA, MONIKER, PHYSICAL DESCRIPTION
INCLUDING BUT NOT LIMITED TO HEIGHT, WEIGHT, EYE COLOR, HAIR COLOR,
TATTOOS, MARKS AND SCARS.
2. We would like the new system to be able to search by: residence and
business address, and residence and business phone numbers.
3. The new Photo Imaging System shall have the ability to query and print
out photographs of gang members by their specific gang.
4. The system shall have the capability to interface with CAL-GANG and the
future CAL-PHOTO system and be compatible with CAL-PHOTO standards.
5. The new Photo Imaging System shall have the ability to search for tattoos
by their description.
6. We would like the system to have the capability to search tattoos by
location on a person's body, and whether the tattoo has been identified
as 'street gang', 'prison gang', or 'hate groups'.
PRINTER SPECIFIC REQUIREMENTS
1. The new photo imaging system shall have the ability to print out black
and white or color photographs using a variety of printers, including but
not limited to those printers commonly referred to as 'Bubble Jet',
'Ink-Jet', 'Laser', and or other generic plain paper printers.
MISCELLANEOUS REQUIREMENTS
1. The system shall have the ability to integrate photographs and or
information with other outside systems such as CAl-GANG and CAL-PHOTO
(future).
2. Capture stations shall have the capability to locally store and forward
during times of temporary network interruptions.
3. The server and work stations shall have remote 'boot/reboot' capability
for diagnostics.
HARDWARE ISSUES
1. All present capture and retrieval stations, remote and local, are to be
installed at their current sites. The retrieval sites shall have the
capability of being upgraded to capture stations at some future date.
3
<PAGE>
2. Vendor shall properly configure and install all Photo Imaging Systems at
the direction of the Project Manager or his designee.
3. All capture stations will be standardized with respect to uniformed and
evenly dispersed lighting so all photographs maintain Federal, State and
NIST standards.
4
<PAGE>
Exhibit "A"
GOVERNMENT CENTER COMPLEX
[MAP]
<PAGE>
Exhibit "B"
County of Ventura
CONTRACT BONDS
Before execution of the contract by the County, the Bidder shall file with the
County surety bonds satisfactory to the County in the amounts and for the
purposes noted below. Bonds shall be duly executed by a responsible corporate
Surety, authorized to issue such bonds in the State of California and secured
through an authorized agent with an office in California. The Bidder shall
pay all bond premiums, costs, and incidentals.
Each bond shall be signed by both the Bidder and Surety and the signature of
the authorized agent of the Surety shall be notarized.
The Bidder shall provide two good and sufficient surety bonds. The "Payment
Bond" (Material and Labor Bond) shall be for not less than 100% of the
contract price, to satisfy claims of material suppliers and of mechanics and
laborers employed by it on the work. The bond shall be maintained by the
Contractor in full force and effect until the work is accepted by the County,
and until all claims for materials and labor are paid, and shall otherwise
comply with the Civil Code.
The "Performance Bond" shall be for 100% of the contract price to guarantee
faithful performance of all work, within the time prescribed, in a manner
satisfactory to the County, and that all materials and workmanship will be
free from original or developed defects.
Should any bond become insufficient, the Contractor shall renew the bond
within 10 days after receiving notice from the County.
Should any Surety at any time be unsatisfactory to the County, notice will be
given to the contractor to that effect. No further payments shall be deemed
due or will be made under the contract until a new Surety shall qualify and
be accepted by the County.
Changes in the work, or extensions of time, made pursuant to the contract,
shall in no way release the Contractor or Surety from their obligations.
Notice of such changes or extensions shall be waived by the Surety.
The bonding company's Attorney-in-Fact shall have a power-of-attorney filed
with the Ventura County Clerk. The County Clerk charges a $2 fee for filing
the power-of-attorney. An acknowledgement by a Notary Public that the person
signing the bond is an Attorney-in-Fact for the bonding company shall be
attached to each bond.
The Materials and wages bond must remain in effect until the expiration of
six months after the period in which verified claims may be filed as provided
in Section 1192.1 of the code of Civil Procedure, and the performance bond
must be paid up and in effect for one year after the acceptance of the job by
the County.
<PAGE>
Bond No.______
SURETY BOND
PERFORMANCE AND PAYMENT
Whereas, the Board of Supervisors of the County of Ventura, State of
California, hereinafter called "Agency," and ______ ______ ______ ______
______ ____________, hereinafter called "Principal" have enter into a
contract whereby principal agrees to install and complete certain designated
work, which said contract dated __________, 19__ and identified as project _
____ ______ ______, is hereby referred to and made a part hereof; and
Whereas, said principal is required under the terms of said contract to
furnish a bond for the faithful performance of said contract.
Now, therefore, we the principal and the undersigned, as corporate
surety, are held and firmly bound unto Agency in the penal sum of ______
______ _______ ______ ______ Dollars ($ ______ ______) lawful money of the
United States, for the payment of which sum well and truly to be made, we
bind ourselves, our heirs, successors, executors and administrators, jointly
and severally, firmly by those presents.
The condition of this obligation is such that if the above bounded
principal, his heirs, executors, administrators, successors or assigns, will
in all things stand to and abide by, and well and truly keep and perform the
covenants, conditions and provisions in the said contract and any alteration
thereof made as therein provided on his or their part, to be kept and
performed at the time and in the manner therein specified, and in all
respects according to their true intent and meaning, and will indemnify and
save harmless Agency, its officers, agents and employees, and therein
stipulated, then this obligation will become null and void; otherwise it will
be and remain in full force and effect.
As a part if the obligation secured hereby and in addition to the face
amount specified therefore, there will be included costs and reasonable
expenses and fees, including reasonable attorney's fees, included by Agency
in successfully enforcing this obligation and, in the event Agency is the
prevailing party in a separate suit brought against Principal upon said
contract, incurred by agency in such separate suit, all to be taxed as costs
or awarded as damages, as appropriate, and included in any judgment rendered
in a suit brought upon this bond.
And, whereas, under the terms of said contract, principal is required
before entering upon the performance of the work, to file a good and
sufficient payment bond with the Agency to secure the claims to which
reference is made in Title 15 (commencing with Section 3082) of Part 4 of
Division 3 of the Civil Code of the State of California.
Now, therefore, said principal and the undersigned, as corporate
surety, are held firmly bound unto the Agency and all contractors,
subcontractors, laborers, materialmen and other persons employed in the
performance of the aforesaid contract and referred to in the aforesaid Civil
Code in the like sum of ______ ______ _______ ______ ______ Dollars ($
_____________) for materials furnished or labor thereon of any kind, or for
amounts due under the Unemployment Act with respect to such work or labor, or
for any amounts required to be deducted, withheld and paid over to the
Franchise Tax Board from wages of employees of the contractor and his
subcontractors pursuant to Section 18806 of the Revenue and Taxation Code,
that said surety will pay the same in an amount not exceeding the amount
herein above set forth, and also in case suit is brought upon this bond, will
pay, in addition to the face amount thereof, costs and reasonable expenses
and fees, including reasonable attorney's fees, incurred by Agency in
successfully enforcing such obligation, to be awarded and fixed by the court,
and to be taxed as costs and to be included in the judgment herein rendered.
It is hereby expressly stipulated and agreed that this bond will insure
to the benefit of any and all persons, companies and corporations entitled to
file claims under Title 15 (commencing with Section 3082) of Part 4 of
Division 3 of the Civil Code, so as to give a right of action to them or
their assigns in any suit brought upon this bond.
Should this condition of this bond be fully performed, then this
obligation will become null and void, otherwise, it will be and remain in
full force and effect.
<PAGE>
Surety Bond
Performance and Payment
Page 2
The surety hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of said contract or the plans and
specifications accompanying the same will in any manner affect its obligation
on this bond, and it does hereby waive notice of any such change, extension,
alteration of addition.
In witness whereof, this instrument has been duly executed by the
principal and surely above named on __________ ____ 19__ _______.
THIS IS TO CERTIFY THAT THE ABOVE SURETY INSURER HAS BEEN
CERTIFIED AS SUCH; THAT THE CERTIFICATE OF AUTHORITY TO THE
ATTORNEY-IN-FACT IS OF RECORD IN THIS OFFICE, AND HAS NOT
BEEN SURRENDERED, REVOKED, CANCELED, ANNULLED OR SUSPENDED.
Richard D. Dean, County Clerk
By_____________________________
Deputy County Clerk
Date:__________________________
INDICATE COMPLETE ADDRESS OF SURETY TO
WHICH CORRESPONDENCE CONCERNING THIS
BOND SHOULD BE DIRECTED.
_______________________________ ______________________________________
(Name of Principal) (Name of Surety)
By_____________________________
Title _________________________
By____________________________________
(Attorney-in-Fact)
Address_______________________________
City__________________________________
Telephone No.___________Zip Code______
<PAGE>
Exhibit G
VENTURA COUNTY
TABLE OF CONTENTS
-----------------
COVER LETTER ________________________________________________________________ 5
COMPANY PROFILE & QUALIFICATIONS ____________________________________________ 6
ImageWare History _________________________________________________________ 7
C.R.I.M.E.S. Suite of Law Enforcement Products ____________________________ 8
SUSPECT ID -TM- _________________________________________________________ 8
CRIME LAB -TM- __________________________________________________________ 8
VEHICLE ID -TM- _________________________________________________________ 9
FACE ID -TM- ____________________________________________________________ 9
CRIME CAPTURE SYSTEM -TM- _______________________________________________ 9
Milestones ________________________________________________________________ 10
Notable Customers _________________________________________________________ 10
PERSONNEL QUALIFICATIONS ____________________________________________________ 10
ImageWare Executives ______________________________________________________ 10
Key Project Staff _________________________________________________________ 11
FINANCIAL STATEMENT _________________________________________________________ 18
REFERENCES __________________________________________________________________ 25
ARIZONA DEPARTMENT OF PUBLIC SAFETY _____________________________________ 25
LOS ANGELES COUNTY, CITY OF LAKEWOOD ____________________________________ 29
NEW YORK CITY POLICE DEPARTMENT _________________________________________ 32
HENEPIN COUNTY SHERIFF'S OFFICE (MINNEAPOLIS) ___________________________ 32
PIERCE COUNTY, WA _______________________________________________________ 32
Reference Contacts ________________________________________________________ 34
Other C.R.I.M.E.S. References _____________________________________________ 35
PROPOSER UNDERSTANDING ______________________________________________________ 36
<PAGE>
RESPONSE TO COUNTY OF VENTURA 07/27/99
RFP # 4799 PHOTO IMAGING SYSTEM
CENTRAL SERVER __________________________________________________________ 37
CAPTURE STATIONS ________________________________________________________ 38
INVESTIGATIVE WORKSTATION _______________________________________________ 40
TECHNICAL APPROACH __________________________________________________________ 42
Platforms and Architecture ________________________________________________ 42
Detention Services ________________________________________________________ 43
Photo Specific Requirements _______________________________________________ 43
Composite Software Specific _______________________________________________ 47
Search Engines ____________________________________________________________ 48
Printer Specific Requirements _____________________________________________ 49
Miscellaneous Requirements ________________________________________________ 49
Hardware Issues ___________________________________________________________ 49
Software Summary __________________________________________________________ 51
Software Warranties _______________________________________________________ 51
Source Code _______________________________________________________________ 51
Software On-Going Maintenance and Support _________________________________ 51
Hardware Summary ____________________________________________________________ 52
Hardware Warranties _______________________________________________________ 53
Hardware Maintenance ______________________________________________________ 54
Site Preparation __________________________________________________________ 54
Data Conversion Services ____________________________________________________ 55
System Documentation ________________________________________________________ 55
Training ____________________________________________________________________ 55
CRIME CAPTURE SYSTEM TRAINING ONLINE ____________________________________ 55
Implementation Schedule _____________________________________________________ 56
Approach to Project _______________________________________________________ 57
Compliance with Terms and Conditions ________________________________________ 60
IMAGEWARE SOFTWARE, INC. 2 PHONE 619-673-8600
10883 THORNMINT ROAD FAX 619-673-1770
SAN DIEGO, CA 92127
<PAGE>
3.1 Regulation Compliance _________________________________________________ 60
3.2 Performance Bond ______________________________________________________ 60
3.3 Responsibility of Proposer ____________________________________________ 60
3.4 Conditions For Acceptance _____________________________________________ 60
3.5 Commitments, Warranty and Representations _____________________________ 61
3.6 Performance Period ____________________________________________________ 61
3.7 Warranties ____________________________________________________________ 61
3.8 Site Preparation ______________________________________________________ 61
3.9 Patent and Copyright Protection _______________________________________ 62
3.10 Rights in Data _______________________________________________________ 62
3.11 Title to Equipment ___________________________________________________ 62
3.12 Force Majeure ________________________________________________________ 62
3.13 Indemnification/Hold Harmless ________________________________________ 62
3.14 Insurance Provisions _________________________________________________ 62
3.15 Non-Appropriation of Funds ___________________________________________ 62
3.16 Taxes ________________________________________________________________ 63
3.17 Independent Contractor _______________________________________________ 63
3.18 Contract Monitoring __________________________________________________ 63
3.19 Equal Opportunity ____________________________________________________ 63
3.20 Investigation and Research ___________________________________________ 63
3.21 Termination __________________________________________________________ 63
3.22 Changes/Alterations __________________________________________________ 63
3.23 Confidentiality ______________________________________________________ 63
3.24 Rights and Remedies of County of Default _____________________________ 64
3.25 Governing Law ________________________________________________________ 64
3.26 Severability of Contract _____________________________________________ 64
3
<PAGE>
3.27 Cumulative Remedies __________________________________________________ 64
3.28 Assignment ___________________________________________________________ 64
3.29 Termination of Contract ______________________________________________ 64
Cost Proposal Summary 'Exhibit A' ___________________________________________ 65
ASSUMPTIONS & RFP EXCEPTIONS ________________________________________________ 66
4
<PAGE>
COVER LETTER
[LOGO]
ImageWare Software, Inc.
10883 Thornmint Rd.
San Diego, CA 92127
County of Ventura
General Services Agent
Purchasing Services
800 Victoria Avenue
Ventura, CA 93009-3120
March 10, 1999
To: County of Ventura/Purchasing Services,
ImageWare Software, Inc. (IWS) is very pleased to be able to offer the Crime
Capture System-Registered Trademark- (CCS) in response to the Ventura County
RFP # 4799. Your interest in our company is appreciated and is a reflection
that our diligent work in developing state-of-the-art law enforcement
software is making a difference.
This past year has been a very successful one for both our company and our
clients. The state-wide photo imaging installation in Arizona is being highly
praised for its efficiency and effectiveness. As a direct result of our
efforts in Arizona, we have been awarded the booking contract for Las Vegas
Metro Police. In addition, we are less than thirty days away from funding a
$10,000,000 equity from a group of institutional investors led by J.P. Morgan.
We would be extremely pleased if the County of Ventura were to select our
product and Company as the one to carry them forward. We are confident that
our system will meet your needs and provide an easier path for expansion into
the future.
If you have any questions pertaining to this proposal or contract you may
contact myself at 619-673-8600 or Erik Carlgren, the project manager, at the
same number. We look forward to a successful conclusion to this opportunity
and a long term relationship with the County of Ventura.
Sincerely,
Jim Miller
President & CEO
ImageWare Software, Inc.
5
<PAGE>
COMPANY PROFILE & QUALIFICATIONS
ImageWare Software, Inc. a San Diego, California based company is a leader
and innovator in the emerging technology of PC-based digital imaging, with
its primary focus on law enforcement software. Our corporate offices are at
the following address. This same address is also used for sales, technical
services and billing.
IMAGEWARE SOFTWARE, INC.
10883 Thornmint Road
San Diego, CA 92127
Phone: 619-673-8600, 800-842-4199
FAX: 619-673-1770
ImageWare has, through its efforts, gained respect within the Law Enforcement
area and is quickly being recognized as a leader in the handling of large
mugshot databases as well as the powerful investigative software that runs
them. We were recently awarded a contract by the State of Arizona and the
system is meeting all of its expectations. The Arizona Department of Public
Safety enjoys a powerful network of photo and data information, with
extremely limited down time. It seamlessly interfaces with several disparate
systems and provides a smooth and synchronized data flow throughout. Very
recently, in partnership with NEC and PRC/Litton, IWS was awarded the digital
imaging contract for Las Vegas Metro PD.
One year ago ImageWare acquired XImage Corporation, a San Jose, California
based company also specializing in law enforcement software. XImage
Corporation is a company strong in the installation and management of very
large booking installations. The company has developed its products using Sun
SPARC servers and workstations on a UNIX operating system. It's flagship
installation is New York City Police Department as well as Henepin County,
MN (Minneapolis), Indianapolis PD and Portland Police Bureau. The NYC system,
spans 76 precincts in 5 boroughs, including 100 capture stations and
redundant central servers. XImage/ImageWare has a large customer support
staff with 24 hours a day, 7 days a week availability. A highly skilled
technical representative currently resides in Minneapolis, MN.
ImageWare and XImage combined to form a company that is strong, technically
proficient, and leading the way in the development of tools for the law
enforcement industry. The skills of one company compliment those of the
other. The strengths and experience of XImage will enable the new company to
bypass many pitfalls, during the introduction of new Windows based products
under the expertise of ImageWare. This merger, combined with the recent
financial backing of J.P. Morgan ensures the highest quality products and
services for many years to come.
6
<PAGE>
CCS runs on the Microsoft Windows operating system, specifically Windows 95,
98 and Windows NT 4.0. We configure systems using all IBM components,
ensuring our customers of state-of-the-art architecture, durability,
reliability. By teaming with IBM as a business partner, ImageWare can and
does offer the highest quality PC products, systems software, and customer
service available. PC platforms being used include multiple Pentium Pro
processor servers, redundant servers, Xeon processors and Pentium II
capture and investigate workstations. In many cases, current hardware can be
utilized and hardware may be purchased off existing County contracts.
Support is handled on a 24/7 basis with our support offices being in San
Diego. There is a one hour call back response time and 24 hour on-site
response time. Faster on-site response times can be negotiated. Servers and
workstation software can be maintained remotely using sophisticated IBM
Netfinity Management software. If a server goes down, it does not effect the
capture workstations. All capture stations have the ability to store data and
images locally until the server is back on-line.
IWS core products are Crime Capture System (CCS), and Face ID -Registered
Trademark- (FID). CCS is a powerful flexible and easy to use digital booking,
identification and retrieval system. Face ID -Registered Trademark- is a
state-of-the-art facial recognition and retrieval program that is re-defining
what a mugshot database is capable of. Face ID -Registered Trademark-
integrates with both ImageWare's and Ximage's booking systems, giving the
company a very distinct, and unique product line.
The proposed Crime Capture System (Digital Booking System) is one of five
modules in a suite called C.R.I.M.E.S. The other modules are Suspect
ID -Registered Trademark-, a photo-realistic composite program, Crime
Lab -Registered Trademark-, a fundamental enhancement and editing program,
Vehicle ID -Registered Trademark-, a photo-based vehicle searching program,
and Face ID -Registered Trademark-.
IMAGEWARE HISTORY
Incorporated in 1987, ImageWare initially focused on the entertainment
industry. The company's patented imaging technology was first used in photo
imaging kiosks at theme parks and tourist attractions in the U.S., Canada,
Mexico, Japan and the United Kingdom. The kiosks produced People
Postcards!-Registered Trademark- by superimposing customers' images onto
amusing or picturesque backgrounds.
At the 1992 COMDEX Show, ImageWare introduced its first retail product,
ImageWizard -Registered Trademark-. At the show, the revolutionary image
manipulation and processing program was nominated one of the "Best New
Software Programs" of the year. ImageWizard was the first application to
incorporate multiple image objects for fast and easy image enhancement and
editing. In early 1994, ImageWare released a companion program to ImageWizard
called MorphWizard -Registered Trademark-. A powerful morphing application,
MorphWizard allows users to manipulate
7
<PAGE>
and force transformations between multiple images. Both ImageWizard and
MorphWizard sold domestically and in Japan through Canon Sales Co.
Concurrent with the release of MorphWizard, ImageWare shifted its focus from
the entertainment and retail markets to the institutional law enforcement
areas. The C.R.I.M.E.S. (Crime Reduction, Image Management and Enhancement
System), software suite was unveiled in October 1994.
Since 1994, ImageWare has placed software in over 650 law enforcement
agencies around the country and internationally. Currently, there are over
100 departments using either XImage or ImageWare mug photo systems, with more
coming on-line every day.
C.R.I.M.E.S. SUITE OF LAW ENFORCEMENT PRODUCTS
C.R.I.M.E.S. is a modular family of affordable, easy-to-use
software applications that aid law enforcement with the criminal
investigative process. Currently there are five Windows -TM- based
C.R.I.M.E.S. modules; Suspect ID, Crime Lab, Vehicle ID, Face ID and the
Crime Capture System. The multiple module system is fully integrated so
information entered into one module is reflected in all others, thus
eliminating the time and expense required to interface programs designed by
different software companies.
Suspect ID -Registered Trademark-
Suspect ID is the composite module of the C.R.I.M.E.S. software
family. Using an online cognitive interview process, officers, witnesses and
victims can accurately create full-color, photo-realistic suspect composites
within minutes. The digital composites are constructed from catalogs of
facial features. The catalogs are comprised of actual photographs, not
hand-drawn sketches, so composites from Suspect ID look like people, not like
pencil sketches.
The Suspect ID module was designed specifically for use by law
enforcement agencies. Even officers with little or no computer knowledge or
artistic talent can complete a suspect composite simply by pointing and
clicking with a mouse. Suspect ID is a standard PC-based software application
that can be installed on a laptop computer and taken into the field, allowing
officers to conduct interviews before the witnesses' and victims' memories
fade. For rapid identification, officers can distribute completed composites
within minutes via radio, fax or e-mail.
CRIME LAB -Registered Trademark-
The second module of the C.R.I.M.E.S. family, Crime Lab, is a
sophisticated image enhancement and editing program used to fulfill a host of
investigative imaging needs such as updating old photos, creating
non-prejudicial line-ups, removing distracting backgrounds and
8
<PAGE>
enhancing surveillance videos. Crime Lab interfaces with each of
the modules to provide enhanced capability to each.
VEHICLE ID-TM-
Vehicle ID is a revolutionary photo-based software program that helps
officers quickly identify and disseminate vehicle information for the purpose
of locating a stolen car or a vehicle involved in a crime. Vehicle ID's
comprehensive database of over 1,000 vehicles can be searched by features,
description, or VIN (Vehicle Identification Number). To ensure a more
accurate identification, vehicles matching the query description can be
viewed from front, rear, side or three quarter angles. The program also
includes a custom paint shop for depicting the exact color of the vehicle. A
color copy of the suspect vehicle can then be produced and immediately
broadcast, printed or faxed to officers in the field to quickly apprehend
suspected criminals.
Information from NICB's (National Insurance Crime Bureau) VINassist-TM-
program has been incorporated into Vehicle ID, enabling officers to obtain
images of vehicles based on VIN translation codes. This feature helps
officers identify stolen vehicles in cases of switched VINs.
FACE ID-TM-
Face ID is a state-of-the-art facial recognition and retrieval program
that helps officers positively identify both unknown suspects and criminals
with multiple aliases. Suspect images that have been captured on a
surveillance video, suspect composite or photograph can be searched against
any digital database of faces. The search returns a group of images whose
facial characteristics closely resemble that of the search photograph. This
feature can also be used at the time of booking to immediately identify
criminals with multiple aliases. Face ID saves the officer tremendous amounts
of time when scanning through large databases. The ability to key in text
data descriptors in addition to the facial search makes searching large
databases possible.
CRIME CAPTURE SYSTEM-TM-
Crime Capture System is a flexible, easy-to-use, and affordable digital
imaging solution for automated capture, storage and retrieval of booking
images and related information. The Crime Capture System utilizes
off-the-shelf hardware that complies with open industry standards and easily
integrates with an agency's records or AFIS system (Automated Fingerprint
Identification System). Utilizing client/server architecture, the Crime
Capture System can operate on an array of systems ranging from a stand-alone
PC to a wide area network.
San Diego based ImageWare Software, Inc. is privately held.
9
<PAGE>
MILESTONES
There are currently:
- over 3.5 million arrestees that have been booked using ImageWare systems
throughout North America
- over 4.5 million images stored on ImageWare systems worldwide
- over 150,000 lineups that have been created on ImageWare systems
- over 100,000 people booked in the first 4 months of operation using the
New York City PD ImageWare system
- over 1 million images stored in the state of Florida on ImageWare systems
- over 800,000 images stored in the state of Washington on ImageWare
systems &
- over 434,000 bookings stored on the Orange County, Florida ImageWare
system.
NOTABLE CUSTOMERS
- Las Vegas Metro PD - Dakota County
- Indianapolis PD - Orange County
- King County (Seattle) - Clackamas County
- Multnomah County (Portland) - Marion County
- Sonoma County - Yolo County
PERSONNEL QUALIFICATIONS
IMAGEWARE EXECUTIVES
S. JAMES MILLER, JR., CHAIRMAN & CEO
Mr. Miller came to ImageWare in 1990 after 11 years at Oak Industries,
Inc. Most recently a Senior Vice President for the publicly traded company,
Mr. Miller also served as Chief Legal Officer, Chief Administrative Officer
and President of the company's Far East manufacturing subsidiaries. At Oak
Industries, Mr. Miller's responsibilities included business acquisitions,
divestitures and financing. He also headed the negotiation of technology
licensing arrangements. Mr. Miller holds a J.D. in Law (WITH HONORS) from the
University of San Diego School of Law, and a B.A. in History and Economics
(SUMMA CUM LAUDE) from the University of California at San Diego.
WAYNE G. WETHERELL, VICE PRESIDENT OF FINANCE & CFO
Prior to becoming ImageWare's Vice President of Finance and CFO, Mr.
Wetherell served in a similar capacity at Bilstein Corporation of America (a
subsidiary of the Krupp
10
<PAGE>
Group) for nearly five years. Before joining Bilstein, he spent 10 years with
Oak Industries, Inc., where he served in various capacities, including
Director of Finance and Director of Financial Planning and Analysis. His
responsibilities included management reporting, financial and strategic
planning, and business development. Mr. Wetherell holds a M.S. in Finance
and a B.S. in Management from San Diego State University.
PAUL J. DEVERMANN, VICE PRESIDENT OF SALES & BUSINESS DEVELOPMENT
Prior to joining ImageWare in 1996, Mr. Devermann was the Managing Director
and Founding Partner of InTra-International Trade & Transactions, an
international consulting and trading company specializing in facilitating
business transactions between the U.S. and Japan. Prior to that,
Mr. Devermann held the position of Senior Vice President of the San Diego
Economic Development Corporation where he was responsible for marketing and
development from 1985 to 1990. Mr. Devermann spent the previous ten years
with Oak Communications in various capacities of sales, sales management,
marketing and business development positions. He holds a B.S. in Marketing
from Northern Illinois University and a M.B.A. from the University of Puget
Sound.
KEY PROJECT STAFF
Project Coordinator: ERIK CARLGREN
Telephone Number: (619) 673-8600
FAX Number: (619) 673-1770
<TABLE>
<CAPTION>
Name Years With Project Role
Company
------------------- -------------------- -------------------------
<S> <C> <C>
JOHN CANEPA 6 Software Developer
RENEE GUTIERREZ 4 Documentation & Testing
TRACY TOETTCHER 6 Training Manager
BILL IBBETSON 6 Director of R&D
</TABLE>
Other staff will be identified after contract award.
11
<PAGE>
WILLIAM J. IBBETSON
3520 MISSION MESA WAY
SAN DIEGO, CA 92120
(619) 582-0830
================================================================================
EMPLOYMENT IMAGEWARE SOFTWARE, INC., SAN DIEGO, CA
EXPERIENCE MARCH 1992 TO PRESENT
CHIEF TECHNICAL OFFICER
- Responsible for all technical aspects of the company.
- Direct technical solutions and industry positioning of
products.
MANAGER, RESEARCH AND DEVELOPMENT
- Manage software development team.
- Design software applications and utilities.
- Conduct new product feasibility studies.
- Analyze product/project costs and schedules.
PHOTO IMAGING SPECIALIST
- Develop patented imaging technology.
- Design digital image algorithms.
- Integrate imaging technologies into software applications.
INDEPENDENT CONSULTANT, SAN DIEGO, CA
JUNE 1987 TO PRESENT
ADMIT 1 TECHNOLOGIES
- Designed and developed graphic based screensaver.
- Created animation and imaging for screensaver.
RESOURCE SUPPLY, INC.
- Designed accounts payable/receivable database application.
- Created an Inventory Control System.
PUBLICATIONS - WROX PRESS - TECHNICAL EDITOR
Beginner's Guide to Visual C + +, January 1996
- VISUAL BASIC PROGRAMMER'S JOURNAL - CO AUTHOR
Animation Techniques in VB, February 1996
12
<PAGE>
PATENTS - METHOD AND APPARATUS FOR THE ELECTRONIC TRANSMISSION OF
AN IMAGE FROM A PHOTO KIOSK - INVENTOR
Patent Pending
- IMAGEWARE'S PATENT PORTFOLIO - TECHNICAL LIAISON
U.S. Patent No. 5,345,313 - Image editing system
U.S. Patent No. 5,469,536 - Color masking system
U.S. Patent No. 5,577,179 - Object layering
U.S. Patent No. 5,343,386 - Electronically produced
postcards
================================================================================
SPECIALIZED - C/C+ + PROGRAMMING
SKILLS - MICROSOFT FOUNDATION CLASSES (MFC)
- VISUAL BASIC PROGRAMMING
- RDBMS DESIGN, INTEGRATION AND MANAGEMENT
- DIGITAL PHOTO IMAGING MANIPULATION/ENHANCEMENT
- NOVELL/NT SERVER CONFIGURATION, CONNECTIVITY AND
ADMINISTRATION
- INTERNET/INTRANET APPLICATION DEVELOPMENT
EDUCATION COLEMAN COLLEGE COMPUTER ELECTRONICS TECHNOLOGY
GRADUATE 1992 1990-1992
HONORS - TOP 5% OF CLASS COMPUTER HARDWARE SPECIALIST
DEAN'S LIST - 3.947 GPA
ADDITIONAL - NETSCAPE DEVELOPERS CONFERENCE
TRAINING - MICROSOFT MFC DEVELOPERS CONFERENCE
- MICROSOFT INTERACTIVE MULTIMEDIA CONFERENCE
13
<PAGE>
JOHN J. CANEPA
SENIOR SOFTWARE ENGINEER
SUMMARY OF EXPERIENCE
Five years experience in the imaging software industry. Senior developer for
windows based law enforcement applications. Designed user interface, database
search tools and data acquisition screens for digital booking and
investigative applications. Worked directly with the State of Arizona in
design, development and acceptance of the AZAFIS Mug Photo System.
EMPLOYMENT HISTORY
FEBRUARY 1993 TO PRESENT. SOFTWARE ENGINEER, IMAGEWARE SOFTWARE, INC.
Hired for quality assurance and software support. Moved into programming to
modify existing code for product updates. Experience using VB, C++, MFC,
ODBC, and SQL on Windows 3.1, Windows 95 and Windows NT. Developed data
acquisition applications for in house utilities. Designed algorithm to rotate
2D raster objects in 3D using OpenGL. Senior software engineer for the
development of the Crime Capture System (CCS). Experienced in developing user
interface, data entry and database query application using ODBC and MFC.
Developed multithreaded Windows 95/NT law enforcement investigative
application for searching UNIX booking database.
OCTOBER 1991 TO NOVEMBER 1992. MARKETING MANAGER, DESIGN DRAFTING AND
ENGINEERING, INC.
Designed and maintained customer contact management software and database.
Managed direct marketing for the sales of CAD/CAM software.
EDUCATION
B.A. Applied Mathematics, University of California, San Diego, 1993
14
<PAGE>
ERIK CARLGREN
NW SALES REPRESENTATIVE - PROJECT COORDINATOR
SUMMARY OF EXPERIENCE
Nine years experience in photo imaging, three of those in the law enforcement
industry. Technically oriented in sales and account management. Oversee all
phases of account development from identification of account and needs
assessment to contract negotiations.
EMPLOYMENT HISTORY
MAY 1996 TO PRESENT. SALES REP./PROJECT COORDINATOR, IMAGEWARE SOFTWARE, INC.
Hired originally as a sales representative for the Southeastern U.S.
Currently the representative for the Northwestern territories. Also handles
certain international accounts. Current responsibilities include systems
design, customer relations, sales and marketing. Responsible for accounts
from start to finish. Skilled in a multitude of Microsoft applications as
well as graphics programs and capabilities. Pays particular attention to
customers needs. Thoroughly trained in all ImageWare applications and
proficient with designs of disparaging systems and interfaces. Familiar with
state requirements and systems design.
OCTOBER 1992 TO APRIL 1996. TECHNICAL MANAGER, KING VISUAL TECHNOLOGY, INC.
Managed the digital photo department of fast paced professional photo lab.
Hired to build a digital imaging department and transition the company from a
traditional photo lab to a highly technical digital photo service. Required
to find a market, design, produce and print state-of-the-art digital photo
prints. Very fast paced and deadline oriented structure.
JUNE 1990 TO SEPTEMBER 1992. ACCOUNT MANAGER/DESIGNER, RYAN KING RENNINGER, INC.
Responsible for managing all aspects of marketing of accounts. Familiar with
most design applications. Managed handling of project from design through
printed piece. Wrote and designed marketing campaigns for Hecht's Co.,
Washington Bullets and the U.S. Navy.
EDUCATION
B.A. Printing, Rochester Institute of Technology, Rochester, NY 1990
15
<PAGE>
RENEE GUTIERREZ
TECHNICAL DOCUMENTATION DEVELOPER
SUMMARY OF EXPERIENCE
Ms. Gutierrez has 8 years experience in the computer software industry. She
has 7 years of documentation and user interface design experience with
extensive recent experience in the usability of law enforcement software.
EMPLOYMENT HISTORY
MAY 1995 TO PRESENT. IMAGEWARE SOFTWARE, INC.
- Create software user manuals, including research, writing, and design.
Test software for usability and develop hypertext On-line Help.
Coordinate with clients and R&D and Marketing departments to design
print reports, user interface and icons for all law enforcement
applications.
- Responsible for all Webmaster duties, including design and creation of
HTML pages, graphics, photo-imaging, and Web conferencing maintenance.
NOVEMBER 1994 TO PRESENT. INDEPENDENT CONTRACTOR
- CASIO, INC. - Created software user manual and On-Line Help file for
Windows interface to the Casio B.O.S.S.
- ABACUS DATA SYSTEMS - Created software user manuals for Windows based
legal/attorney software.
- WINDOWS LINK, INC. - Created software user manual and On-Line Help file
for Windows interface to Royal and Sharp handheld organizers.
- PERSONAL RESOURCE SYSTEMS - Created software user manual and On-Line
Help file for Windows Time Management software.
- EAGLE INTERNATIONAL - Created software user manual and On-Line Help file
for Windows PIM.
- KINGSLEY MACHINE COMPANY - Created software user manual and On-Line Help
file for Windows desktop publishing program. In addition created manual
for foil stamping hardware.
NOVEMBER 1994 TO MAY 1995. STELLCOM TECHNOLOGIES
Independent Contractor. Worked as a contract Technical Writer and Quality
Assurance Engineer.
- EDITPRO CORPORATION - Created software user manual and On-Line Help file
for Windows program editor.
- INTUIT - Performed Quality Assurance testing on in house Windows
referral program. Wrote training documentation and trained staff in use
of the Partners-TM- program.
16
<PAGE>
- HORIZONS TECHNOLOGY, INC. - Created documentation for CD Rom Maps
software and LAN auditing software.
JULY 1993 TO OCTOBER 1994. POLARIS SOFTWARE, INC.
- Manager, Information Development. Created software user manuals,
including research, writing, and design. Tested software for usability
and developed hypertext On-line Help. Coordinated with Usability,
Development, and Marketing departments on design and implementation.
MARCH 1991 TO JULY 1993. MIDRANGE COMPUTING
- Assistant Director Software Division. Coordinated all software sales,
technical support, and marketing. Senior technical writer of software
manuals. Administered technical support through diagnostics and
troubleshooting. Trained and supervised technical support and sales
staffs.
- Assistant Manager, Business to Business Sales. Trained and supervised
staff in sales of technical manuals, software, and trade journal.
Coordinated trade shows and training seminars.
EDUCATION
B.A., English, University of Arizona, AZ, 1985
17
<PAGE>
FINANCIAL STATEMENT
--------------------------------------------------------------------------------
IWS has included financial statements from 1996, 1997 and through November of
1998. When reviewing the attached financials for November 30, 1998 several
issues should be noted. On the Consolidating Income Statement included in the
11 months, results are approximately $1 million of one time costs related to
the aquisition and integration of XImage operations into ImageWare. When
reviewing the 11/30/98 Balance Sheet, the fact is that IMAGEWARE IS (AS OF
3/1/99) LESS THAN THIRTY DAYS AWAY FROM FUNDING A $10,000,000 EQUITY FROM A
GROUP OF INSTITUTIONAL INVESTORS LED BY J.P. MORGAN. A summarized pro-forma
balance sheet is provided below which shows the 11/30/98 balance sheet
assuming the equity investment and the planned immediate use of funds for
debt and liabilities had already taken place.
<TABLE>
<CAPTION>
Balance Sheet 11/30/98 Actual Pro-Forma
--------- ----------
<S> <C> <C>
Cash 223,627 5,623,627
Other Current Assets 1,538,815 1,538,815
Fixed Assets 273,876 273,876
Other Assets 3,133,738 3,133,738
--------- ----------
Total Assets 5,170,056 10,570,056
Current Liabilities 5,305,564 1,555,564
Long Term Liabilities 674,059 674,059
--------- ----------
Total Liabilities 5,979,623 2,229,623
Stockholders Equity (809,567) 8,340,433
--------- ----------
Total Liabilities and S. E. 5,170,056 10,570,056
--------- ----------
</TABLE>
18
<PAGE>
REFERENCES
ImageWare Software, Inc. has proven its ability to successfully complete
projects of the size and magnitude as the Ventura County system. IWS has
installed investigative software in more than 650 police departments and
digital photo software in more than 100 departments throughout the world.
The needs of Ventura County are similar to those of many of our customers,
but not exact. Each individual agency varies in their requirements and the
following customers are just a few examples of how we met those needs.
ARIZONA DEPARTMENT OF PUBLIC SAFETY
DESCRIPTION OF INSTALLED SYSTEM AND ITS FEATURES:
Central Server is IBM Netfinity server, dual host cluster, with automatic
fail-over in case of one system failure. Shared disk array with RAID level 5
implemented. 15 county intake facilities, with both capture and
investigative Crime Capture System workstations. 2 additional sites at county
court facilities. Features include an interface with the Identix livescan
device, taking all demographic data, creating the record and populating the
data fields, making the image capture portion the only step required by the
operator. All information and images are immediately available for all
other investigative workstations on the network. Arizona DPS has also
recently issued a purchase order for the addition of Face ID-TM- to be added
to the central server. Each county can then purchase the client software and
conduct facial recognition searches using images or composites produced by
Suspect ID-TM-. Crime Lab-TM- was also included in each investigative
workstation.
FACT SHEET
The State of Arizona in an effort to consolidate images and booking
information, has contracted with ImageWare Software, Inc. to install a
statewide digital mugshot repository called Mug Photo Interface (MPI). In
those locations that are part of the system, the booking process begins at the
Identix livescan station where an operator captures the suspect's
fingerprints and enters required demographic and biographical information.
Once the information is entered into the livescan system, the data
automatically transfers to the MPI system via a common linking number. At
the MPI capture station, additional mandatory information is recorded, and
digital images of the suspect are taken. Upon completion of a record, the
information is immediately transmitted via the AZAFIS network to a central
repository housed at the Department of Public Safety. At this point, the
data is readily available for searching purposes by any agency in the state
which has access to the database.
An ImageWare supplied investigative station is used to perform several
functions including quick and advanced searches for querying the database,
mugbook searches and views for
25
<PAGE>
witness identification of a suspect, line-ups, and in the near future, facial
recognition which is used to identify unknown suspects and criminals.
ARIZONA MPI TECHNICAL BREAK DOWN
Initial Number of Capture Stations: 17
Initial Number of Investigative Stations: 17
Approximate Number of Bookings Per Year: 350,000
HARDWARE
Central Site: 2 IBM Netfinity Servers running in a clustered environment and
sharing a RAID level 5 array of 82 GB for database storage. Each server has
4 Pentium Pro Processors, 1 GB of RAM memory and 13 GB of internal system
disk space. The system drives are mirrored. If the active server fails to
reset a heartbeat, the failover takes place automatically, and the drive
array fails over to the control of the now active server. There is dial in
capability for diagnostic purposes. The operating system is Windows NT
Server 4.0 Enterprise Edition with Microsoft Cluster Server.
Capture & Investigative Stations: Each Investigative Station is an IBM 300XI
PC with 64MB RAM and 6.1 GB of hard disk storage. The capture camera is a
Pulnix TMC-73M with a Computar zoom lens. The camera and lens are mounted on
a Hitachi pan and tilt device. The capture card is an Integral Technology
MV-Pro. The camera is mounted on it's side to accommodate the NIST Best
Practice Recommendations and proprietary software does a rotation of the video
live feed before it is displayed by the graphics card. Printing and scanning
take place on Epson Stylus 800 printer and an Epson 636 Expressions scanner
(SCSI connection). The operating system is Windows NT Workstation 4.0. Each
capture and investigative station is connected to the central servers via a
wide area network utilizing Ethernet and TCP/IP protocol. Each station runs
client software that connects to the central server's database.
FOR IMMEDIATE RELEASE
ARIZONA DEPARTMENT OF PUBLIC SAFETY AWARDS STATEWIDE MUG PHOTO
INTERFACE CONTRACT TO IMAGEWARE SOFTWARE, INC.
IMAGEWARE'S CRIME CAPTURE SYSTEMS-TM- TO HELP ARIZONA LAW ENFORCEMENT
AGENCIES APPREHEND CRIMINALS.
San Diego, California - January 15, 1998 - After an extensive evaluation
process, the State of Arizona announced Wednesday that they had awarded the
Arizona Statewide Digital Mug Photo Interface Contract to ImageWare Software,
Inc. The contract is expected to exceed one million dollars and is the first
contract of its kind to be awarded for a statewide mugshot system. "We are
very
26
<PAGE>
pleased to provide Arizona law enforcement with a complete solution for
their mug photo needs," says Jim Miller, President and CEO of ImageWare
Software, Inc.. "We feel the Crime Capture System will provide a quantum
leap forward for the State."
Under the terms of the contract, the State of Arizona will utilize
ImageWare's Crime Capture System (CCS), a state of the art digital booking,
identification and retrieval program. The main CCS database will be housed at
the Arizona Department of Public Safety. Seventeen sites will be capable of
capturing mugshots, SMT (scars, marks, and tattoos) photos, and descriptive
data for each suspect they arrest. Each remote site will also receive an
investigative workstation capable of searching and viewing the mugshot
database and creating photo line-ups. Once information is entered into the
remote database, the central repository is immediately updated allowing all
agencies access to the most recent information. Officers and Detectives will
no longer have to spend hundreds of hours searching through file cabinets of
photographs to identify a suspect or generate a photo line-up, instead they
will use CCS's central repository and systematically search the digital
database of images for similarities between suspects, thus speeding up case
processing. The new CCS system will also interface directly with the existing
Arizona Automated Fingerprint Identification System (AZAFIS) network.
The State of Arizona and ImageWare have agreed to an aggressive
implementation schedule which will have the system fully operational by June
1998. Once the first phase is complete, there are plans to move forward with
the implementation of additional C.R.I.M.E.S.-TM- modules including:
Suspect ID-Registered Trademark- (a composite program), Crime Lab-Registered
Trademark- (an image enhancement and edit program), Vehicle ID-TM- (a vehicle
identification program), and what Ben Armstrong, the Lead Business Analyst
with the Maricopa County Sheriff's Office considers, "one of the most
promising law enforcement tools," Face ID-TM- (a facial recognition
program). All of these modules combined will create a fully integrated law
enforcement solution for the State of Arizona.
San Diego-based ImageWare Software, Inc. is a leader and innovator in PC
based digital imaging, with its primary focus on law enforcement software.
Through its growing family of C.R.I.M.E.S. software modules, ImageWare is
effectively assisting in the resolution of crime worldwide. Currently, the
five C.R.I.M.E.S. modules are being used by more than 500 law enforcement
agencies worldwide. ImageWare Software, Inc. is privately held.
# # #
THE ARIZONA REPUBLIC
POLICE SING PRAISES OF NEW STATEWIDE MUG SHOT SYSTEM
Published on Saturday, September 12, 1998
BYLINE BY JUDI VILLA, THE ARIZONA REPUBLIC
In seconds, a suspect's booking mug can be seen by law enforcement agencies
throughout the state. A few computer keystrokes, and a detective can have
more pictures than he'll ever need
27
<PAGE>
for a photographic lineup. And if there is no suspect, that same detective
can type in a physical description and get a list of potential bad guys in no
time.
Welcome to the Mug Photo Interface, a subsystem of the Arizona Automated
Fingerprint Identification System. MPI uses electronic imaging to capture mug
shot photos and transmit them immediately to a statewide image database
operated by the state Department of Public Safety. "It is going to
revolutionize (police work) just like fingerprints did," said Clyde Tess, a
crime lab supervisor with the Maricopa County Sheriff's Office. "It'll solve
cases faster. It'll help in identifying suspects faster. "If a suspect is
entered into the database in Phoenix then goes down to Tucson and commits a
crime, the victim can identify the suspect the same day. Before an agency
would have to send a photo or fax it. Faxes aren't always that good, and the
mail takes a day or two. This is instant."
The MPI system went online Thursday in 10 counties. The first booking mug was
entered by the Santa Cruz County Sheriff's Office in Nogales. "It's pretty
nice," said Ramon Villela, a detention officer in Nogales. "It's going to
make our jobs easier and faster, and the detectives are going to be able to
do lineups faster."
Arizona's program, funded by a grant from the Arizona Criminal Justice
Enhancement Fund, will be one of the most progressive in the country,
officials say. Although some cities, including San Diego and Boston, have
limited imaging databases, only Arkansas has a statewide system. And that one
collects information from only six sites. Seven more sites, including police
departments in Mesa, Tempe, Phoenix, Scottsdale and Glendale, will be added to
MPI by next summer. And by the end of this year, five sheriff's departments
that already have their own mug photo systems will be linked to the statewide
system. A few agencies, like the Chandler Police Department, have purchased
their own equipment to hook into the system.
"Here's a great thing," said Mark Hatcher, an identification supervisor for
the Mesa Police Department and chairman of the MPI Task Force. The task
force, a grass-roots effort with members from five police agencies in Arizona
has been working for two years to implement the technology. "This opens up
communication from Yuma County to Navajo County," Hatcher said.
"Geographically, they're at different ends of the state, but they can do a
search just like they were here at DPS."
The system standardizes the way mug shots are taken and stored, sets up a
"major clearinghouse" for all photos and allows investigators anywhere in the
state to search for, retrieve and print out mugs and suspect information
from virtually anywhere in the state. It also can be used to create photo
lineups and books of mug shots for victims to look through. "Say a suspect
does a robbery with a mask, and he's got a tattoo on his arm," Villela said.
"Detectives can take that picture of that tattoo and scan it into the system,
and it'll give you everybody that has that tattoo." The system also is capable
of tracking gang affiliations, weapons and registered sex offenders.
28
<PAGE>
LOS ANGELES COUNTY, CITY OF LAKEWOOD
ImageWare Software has great experience in the area of composite creation and
the identification of suspects using those composites. The most recent and
important news involves the facial recognition software, Face ID. This
software was created using algorithms developed from MIT research, which
ImageWare has the exclusive right to offer to the law enforcement industry.
The software describes a portion of the face of an individual mathematically,
from the eyebrows to the lips. This represents the majority of facial
features used to differentiate individuals and discounts such things as hair
length and style, eyeglasses, hats, and other adornments.
Face ID is presently installed at the Lakewood substation of the Los Angeles
Sheriff's Department, and was recently used to capture a carjacking suspect.
The victim gave a very accurate description to the Sheriff's Department, and
a composite was created using ImageWare's Suspect ID. This composite was used
to then search their mugshot database using Face ID). The returned search
results contained a suspect that the victim identified from a lineup. This
search took approximately 30 seconds to perform, and caused the
identification and apprehension of the suspect, and subsequently the District
Attorney's office has filed charges against the suspect. The press release of
this incident follows, along with a view of the composite and actual photo of
the suspect.
FOR IMMEDIATE RELEASE
LOS ANGELES SHERIFF'S DEPARTMENT IDENTIFIES SUSPECT
WITH NEW HIGH-TECH CRIME FIGHTING SOFTWARE
DETECTIVES UTILIZE FACE ID(TM) FACIAL RECOGNITION SOFTWARE
TO ARREST CAR-JACKING AND BATTERY SUSPECT.
San Diego, California November 3, 1997 -- Just three days after
installation of their newest crime fighting weapon, detectives with the Los
Angeles County Sheriff's Department arrested a car jacking and battery
suspect "that would never had been identified without Face ID(TM) facial
recognition software", according to Sergeant Bill Conley of the Los Angeles
Sheriff's Office. With no leads, frustrated detectives had given up on the
case weeks prior and considered it dead until the installation of Face ID.
Using a composite of the suspect, detectives employed the facial recognition
program to search their digital mugshot database for possible matches. Within
seconds the automated search results displayed photos in rank order that
were similar to those of the composite. Detectives investigated the matches,
created a photo-line-up and two witnesses positively identified Eduardo Ochoa
as the suspect. Ochoa was arrested on October 30, 1997 and is being held in
lieu of $125,000 bail. Sergeant
29
<PAGE>
Conley was amazed and commented, "Face ID is one of the most innovative
breakthroughs in law enforcement technology."
Face ID, one of the models of the C.R.I.M.E.S.-Registered Trademark- suite of
integrated law enforcement programs developed by ImageWare Software, Inc., is
a state-of-the-art facial recognition and retrieval program. Now,
investigators no longer have to spend hundreds of hours trying to identify a
suspect. Detectives can take a suspect composite created in ImageWare's
Suspect ID(TM) program, and seamlessly export it to Face ID, which in turn will
systematically search any digital database of booking images to identify
possible suspects. Similarly, a suspect's image caught on a bank or
convenience store surveillance video can be run against a digital photo
database for possible identification. With Face ID, officers will be able to
utilize this facial recognition technology at the time of booking to
immediately identify a criminal with multiple identities or outstanding
warrants.
San Diego-based ImageWare Software, Inc. is a leader and innovator in
PC-based digital imaging, with its primary focus on public sector and law
enforcement software. Through its growing family of modules, ImageWare is
effectively creating a fully integrated solution to assist in the resolution
of crime worldwide. Currently, the C.R.I.M.E.S. suite consists of five
modules: Suspect ID (facial composite module), Crime Lab(TM) (an image
enhancement and edit program), Vehicle ID(TM) (vehicle identification
program), Face ID (facial recognition application) and Crime Capture System
(digital booking module) which are being used by more than 500 law
enforcement agencies worldwide. ImageWare Software, Inc. is a privately held
company.
30
<PAGE>
LOS ANGELES SHERIFF'S DEPARTMENT IDENTIFIES SUSPECT
WITH NEW HIGH-TECH CRIME FIGHTING SOFTWARE
San Diego, California -- November 3, 1997 -- Just three days after
installation of ImageWare's Face ID-TM-, the program proved itself to be the
most effective high-tech crime fighting software available. Using a composite
of a suspect, detectives employed Face ID to conduct an automated comparison
search and produced a number of photos which closely resembled the suspect in
a car jacking and battery case. Both the victim and witness positively
identified the suspect who was ranked highest in the comparison search.
[PHOTO]
"The suspect would never had been
identified without Face ID(TM) facial
recognition software".
SERGEANT BILL CONLEY --
LOS ANGELES COUNTY SHERIFF'S
DEPARTMENT
<PAGE>
NEW YORK CITY POLICE DEPARTMENT
DESCRIPTION OF INSTALLED SYSTEM AND ITS FEATURES:
With over 400,000 bookings each year, the New York City Police Department is
the largest law enforcement agency in the world. The contract for booking
systems for the entire NYPD network clearly establishes ImageWare as the
leading company for mugshots. ImageWare was chosen for the high quality of
the system, the adaptability of the software with other technologies and its
ability to be scaled to the size of the project. The operating system is UNIX.
The New York City Police Department's booking system, spans 76 precincts in 5
boroughs, including 100 capture stations and redundant central servers.
ImageWare has a large customer support with 24 hours a day, 7 days a week
availability.
XImage worked as a subcontractor to the worldwide systems integrator, SAIC,
Science Applications International Corporation of McLean, VA. SAIC is an
established provider of computer and information solutions to governmental
agencies worldwide.
HENEPIN COUNTY SHERIFF'S OFFICE (MINNEAPOLIS)
DESCRIPTION OF INSTALLED SYSTEM AND ITS FEATURES:
This system is a UNIX installation with a single ImageBank server, but
servicing input and searching from 6 other agencies. There is also a Mail
Server within the system. There are a total of 18 workstation, 3 of which are
capture stations from within the Henepin County Sheriff's Office. The
database size is approximately 600,000 records at present. ImageWare has
recently received a purchase order from Henepin County to install Face
ID-TM- on the network. This will allow for the facial recognition of
subjects, based on a composite or image.
PIERCE COUNTY, WA
DESCRIPTION OF INSTALLED SYSTEM AND ITS FEATURES:
This system is currently a UNIX installation with a single ImageBank server,
but will be one of the first XImage installations to convert to the new CCS
Windows NT solution. This solution was chosen as a natural upgrade from their
existing system. They will enjoy lower maintenance costs, faster throughput,
more scaleability and a friendlier interface.
32
<PAGE>
33
<PAGE>
REFERENCE CONTACTS
<TABLE>
<CAPTION>
-------------------------------------------------------------------------------------------------
REFERENCE AND CONTACT TOOL USED RDBMS ENVIRONMENT
-------------------------------------------------------------------------------------------------
<S> <C> <C> <C>
ARIZONA DEPARTMENT OF PUBLIC SAFETY C++ Sybase SQL Windows NT 4.0 Server
2310 N. 20th Ave. Anywhere Server Windows NT 4.0 clients
Phoenix, AZ 85005
CYNTHIA PELLIEN
PROJECT COORDINATOR
602-223-2401
-------------------------------------------------------------------------------------------------
NEW YORK CITY POLICE DEPARTMENT C Sybase System 11 SUN Solaris Server
Other Police Plaza MISD Room 700 SCO UNIX Clients
New York, NY 10038
BRIAN GRIFFIN
212-374-5020
-------------------------------------------------------------------------------------------------
PIERCE COUNTY SHERIFF'S OFFICE Switching Switching to CCS Soon to be Win NT 4.0
930 S. Tacoma Ave. to CCS,
Tacoma, WA 98402 C++
DAVE COTTON
253-798-7729
-------------------------------------------------------------------------------------------------
LOS ANGELES COUNTY SHERIFF'S OFFICE - C++ Sybase SQL Windows NT 4.0 Server
City of Lakewood Anywhere Server Windows NT 4.0 clients
SGT. BILL CONLEY
562-866-9061
-------------------------------------------------------------------------------------------------
FALLS TOWNSHIP PD C++ Sybase SQL Windows NT 4.0 Server
Anywhere Server Windows NT 4.0 clients
WYNNE CLOUD
215-949-9100
-------------------------------------------------------------------------------------------------
CHANDLER POLICE DEPARTMENT C++ Sybase SQL Windows NT 4.0 Server
Anywhere Server Windows NT 4.0 clients
SGT. BRIAN POTTER
602-782-4501
-------------------------------------------------------------------------------------------------
</TABLE>
34
<PAGE>
OTHER C.R.I.M.E.S. REFERENCES
AZ DPS Cyndy Pellien 602-223-2401
Los Angeles SO Sgt. Bill Conley 562-866-9061
Corona PD CA Danny Verdugo 909-279-3642
Raynham PD MA Lou Pacheco 508-824-2727
Independence PD KS Harry Smith 316-332-1700
Little Rock PD AR Chuck Ray 501-371-4660
Long Island Railroad Police Kevin Farrell 718-558-3346
Naval Investigative Service Brandon Armstrong 619-556-1386
E. Providence PD RI Capt Broadmeadow 401-435-7626
San Diego PD CA David Cavanaugh 619-531-2623
San Diego SO CA Mark Kelly 619-258-3100
Monroe SO NY Jim Beikirch 716-428-5432
Placentia PD CA Matt Reynolds 714-993-8164
Austin PD TX Cheryl Bowne 512-480-5145
Visalia PD CA Det Sharon Brown 209-738-3235
Wilson County SO TN Lt Bob White 615-444-1459
San Bernardino SO CA Dep Karen Rice 909-387-8812
Los Angeles PD CA Det Tom Barnhart 818-756-8553
Bullhead City PD AZ Capt Rodney Head 520-763-9200
Arlington PD TX Det Pat Smith 817-459-5710
New York City Police Department Lt. Brian Griffin 212-374-5020
Clackamas County Sheriff's Office Joanne LeBreun 503-650-3155
Stanislaus County Sheriff's Office Gordon Brusso 209-525-7279
Santa Ana Police Department Lt. George Saadeh 714-245-8410
Henepin County Sheriff's Dept Sheryl Loose 612-348-9648
35
<PAGE>
PROPOSER UNDERSTANDING
-------------------------------------------------------------------------------
ImageWare appreciates the needs and issues that concern Ventura County. We
also understand the importance of this decision and have done everything
possible in recommending the most complete, and robust investigative mugshot
solution available. It is a turn-key solution that has been designed to fit
your needs. The proposal has no hidden costs and leaves many options.
The proposed Crime Capture System (CCS) will include a powerful central mug
and data server that interfaces with both the County's VCJIS and inmate
management applications. All data will be synchronized throughout the network
and no duplicate entry is needed. The system includes software for 10 capture
stations and 11 investigative stations with the ability to add more as
necessary. The system will utilize the current cameras and subsystems, with
the exception of the capture card and possibly cables. Any printer that has
Windows NT drivers and any peripheral that is TWAIN compliant may be utilized.
The entire system is fully Year 2000 compliant and meets all ANSI/NIST
standards. The system is capable of transmitting standard NIST data packets
to the State and to CalPhoto. All requirements outlined in RFP #4799 will be
met unless expressly noted.
Facial Recognition can also be added to the server at a later date, without
the need for costly hardware upgrades or conversions. Face ID-Registered
Trademark- fully integrates with CCS and used in conjunction with the other
C.R.I.M.E.S. modules, your agencies will have a very powerful and effective
arsenal of tools to solve crime.
The proposal calls for two types of integration, the first type is to avoid
any duplicate entry throughout the system. CCS is capable of reading the same
exact text file that is currently being created for the population of the DBI
Tenprinter machine. Basically, a record starts at the inmate management or
VCJIS application and the necessary date is written to a file that both DBI
and ourselves can read. This file will populate the CCS data fields. Any
adds, edits or deletions within VCJIS will create a new text file and thus
will be carried through to CCS. The text file may be changed from the
existing one to provide additional demographic fields.
The second interface requires the vendor to develop an API that can be
incorporated into both VCJIS and the inmate management system. The purpose of
this API is to enable these two data systems to simply view and print the
mugshot that is associated with that particular record. ImageWare will
provide a single API that will accomplish this task. In other words, CCS will
provide a 'toolkit' or 'export.dll' that can be accessed by and written into
PowerBuilder or other third party software by the Ventura County MIS staff.
Included in the price of this custom API is a general site license for the
API. This license enables the API retrieval capability on all workstations
that access either VCJIS or the inmate management system. It does not,
however, include the additional Sybase licenses that make these workstations
concurrent.
36
<PAGE>
The proposal also includes the conversion of the existing 183,000 images
(approx.) and data in proprietary TFP format. IWS will convert this database
using in-house technicians and does not foresee needing assistance from
either Printrac or Pinnacle.
The system components will connect to the existing network directly, with
each agency or the county being responsible to provide LAN connections for
the new equipment. The operating system for the central server will be
Microsoft Windows NT 4.0, and Windows NT Workstation for each capture
workstation. The protocol will be TCP/IP. All connections to either the
network or additional devices will be industry standard connections.
Maintenance will be provided for the system 7 days a week, 24 hours a day,
with 1 hour call back response, and 24 hour on-site response. Faster on-site
response times may be negotiated.
The C.R.I.M.E.S. suite of software is modular in design. It is possible to
add, upgrade, or replace software modules in the system with relative ease.
Modules included in the C.R.I.M.E.S. suite of software are Suspect ID, a
photo realistic composite program, Crime Lab, a sophisticated image
enhancement and editing program, Vehicle ID, a photo-based program to help
quickly identify vehicles, Crime Capture System, a flexible easy-to-use
digital booking system, and Face ID, a state-of-the-art facial recognition
and retrieval program.
The system will have the capability of interfacing with any other agency
electronically either via the network or modem, and send and receive
information from other cooperating criminal justice agencies as long as these
agencies comply with NIST standards for mugshot and SMT image transmission.
Data archive and backup can be accomplished on-line.
The Crime Capture System does include a store and forward ability, that is
transparent to the operator. The location capture station will display either
Online or Offline (to the central server), and if Offline, will start
accumulating data onto the local hard drive. When the network is again
available, the records are forwarded to the central server without any
operator intervention or downtime.
System security will make use of both operating system permissions as well
as database software security. This will allow access to certain functions
and data to be controlled by the system administrator. These privileges and
permissions will be given and controlled by user login. There will be an
administrative function available only to the system administrator, where
these permissions and privileges are maintained.
CENTRAL SERVER
37
<PAGE>
The central server system will consist of an IBM Netfinity 5500. A UPS will
protect the system from power fluctuations and momentary outages. The system
will have a redundant power supply. The server will be equipped with a modem
and remote diagnostic software, allowing for quicker response and problem
resolution. The server is a high performance 450 MHz Dual Pentium Pro
system, with a RAID V hot swap drive array and Mirrored OS. It is sized with
today's performance and tomorrow's growth in mind. Installing a RAID V system
allows the storage of business-critical data with confidence. The capture
stations are high performance systems as well, taking into account that end
user acceptance depends on system performance. The system also includes a DLT
tape drive for back-ups and a CD ROM Drive.
The central server will not execute any client applications, meaning all
searches, viewing, and printing or data from the mugshot database must be
accomplished via either a capture or investigative station. Only the server
portion of the ImageWare applications will execute from the central server
systems.
The central server Crime Capture application software will have the ability
to both receive and send photo mugshots using the NIST standard type 1, 2,
and 10 records. The software will also send and receive the appropriate NIST
message in acknowledgement of the receipt or transmittal. This method of data
transfer will be utilized for the DBI interface (if needed) and can
accomplish data transfer to the State and CalPhoto. A similar type transaction
or flat file transaction will serve as the VCJIS interface. A custom API
will also be provided to enable the viewing of images through both VCJIS and
the inmate management applications.
The central server will have an archive function available to allow the
off-loading of records, including images and demographic data, by date range
and control number. It is sized for the conversion of the existing 183,000
images and up to 15,000 records a year for 5 years.
The central server will log off any station that is presently logged in but
has not had activity for some user defined time period (e.g. 5 minutes).
The central server's RAID storage system will implement a level 5 method,
which provides a very high fault tolerant data storage system while not
degrading performance. A separate hardware controller, the IBM ServeRAID II
disk controller, will implement the RAID technology.
CAPTURE STATIONS
There will be 10 Capture Stations, each will consist of an IBM PC 300PL
computer with Pentium II processor, 64 MB RAM and 6.4 GB of internal hard
disk storage. Each capture station will be equipped with a CD ROM drive, 1.44
floppy disk drive, 17'' monitor and keyboard. The system will include a
network interface card and capture card for the camera sub-system. The
existing 8 camera subsystems will be utilized as well as the photo hardware
for the 2 copy stations (assuming the hardware is TWAIN compliant). The
system will meet
38
<PAGE>
or exceed all NIST standards for the collection of mugshot photos. Some
changes in the camera subsystem may be necessary, ie. (The camera must be put
on its side to correctly interface with the MVPro capture card. It may need
to be re-bracketed). Any costs that may be associated with utilizing existing
hardware will be outlined at contract signing, although very few, if any, are
expected.
Software included with the capture station will allow for the live video
viewing of the arrestee, with the ability to capture a still image of the
arrestee from this on-screen viewing.
The mug photo database can be searched using the arrestee's demographic
information, for example, last name and date of birth, to find other records
for this arrestee. If and when Face ID is added, the operator will also be
able to compare a new arrestee's photo with those previously stored in the
mug photo database strictly by facial characteristics. This feature
eliminates both aliases and duplicate images.
Each capture station will have the ability to store both images and
associated demographic data locally if the network connection is unavailable.
When the network is restored and the central server database is accessible,
those locally stored records will be transmitted to the central server.
The software will allow for a flag to be associated with each booking at the
time the mug photo is taken, with those flags being user definable including
arrests, juveniles, etc. All such flags necessary for the VENTURA COUNTY
SHERIFF'S OFFICE operations must be designated during the specifications
gathering phase.
The software will allow the operator to view the captured image and either
reject or accept it at that time. The system will accept an unlimited number
of photos per booking record.
All images taken for a particular booking will be associated with a specific
file, or record, and will store the date and time it was recorded. Other
booking records may be linked to this booking if this is a repeat offender.
The input of demographic, or descriptive data will be available from
user-maintained lists, organized in any order the customer chooses. The user
will also be able to input free form text comments, including unusual
characteristics. All these descriptive data fields will be searchable.
Initial data will be populated via the flat file interface with VCJIS. This
interface creates a synchronous data system with a smooth data flow and no
duplicate entry. All creates, edits or deletions in VCJIS will be carried
throughout the system.
Photos captured can be multiple views of the arrestee, and photos of all
scars, marks, and tattoos (SMT). Property, Evidence and Crime Scene
photographs can also be attached to each record. All photos taken will be
linked to the booking record. This record can be found in multiple ways;
searching by demographic data, using a photo and searching with Face ID, or
accessing the records by the booking number or other identifying numbers.
39
<PAGE>
The location of the scar, mark, or tattoo on the body will be chosen from a
user-maintained list of choices. There will be a description field for each
SMT, where any words on the tattoo can be entered as free form text
information, and other descriptive information about the SMT can be entered.
Whether a photo of the SMT is taken or not, the description of the SMT can be
entered.
INVESTIGATIVE WORKSTATION
The proposal includes CCS software for 11 investigative workstations. These
workstation may be provided by the county provided that they meet our
standard requirements. In addition we will also be providing two copies each
of the following investigative software, (Suspect ID, Vehicle ID and Crime
Lab) at no charge!
Searches may be accomplished using NCIC standard demographic codes, from user
maintained tables.
The software will create photo line-ups with a specified amount of images.
The Crime Capture System will retrieve and display the images of all subjects
with characteristics that match, or substantially match, those of the line-up
subject. The user will be able to select or reject from the images retrieved
up to twenty, that together with the subject's constitute the line-up. The
line-up will be random ordered, and may be saved for future retrieval. These
photo line-ups are also printable.
Portions of an image may be "roped" for enlargement for viewing purposes.
The print function is available for any image with its associated
demographic data.
The search function includes very flexible ad hoc inquiries, including
many boolean logic functions, including AND, OR, GREATER THAN, LESS THAN,
EQUAL TO, etc.
Each agency will be able to search the database and obtain information
about the total number of bookings by date, by officer ID, by charge code,
etc.
Any text fields entered into a booking record will be searchable,
including any comment fields.
Fields describing SMT data will be searchable.
Images of SMT are printable, either color or black and white.
40
<PAGE>
The search software will process hyphenated and/or multiple last, first,
and middle names correctly.
The search software will use "soundex" to find similar named individuals.
Investigative workstations will have the ability to scan photos into the
system, import them, and link them with booking records. For example, crime
scene photos can be imported into booking records, as well as weapons photos,
vehicle photos, residence photos, year book photos, etc.
41
<PAGE>
TECHNICAL APPROACH
--------------------------------------------------------------------------------
(IWS ANSWERS IN BOLD/ITALICS)
NEW PHOTO IMAGING SYSTEM REQUIREMENTS
PLATFORMS AND ARCHITECTURE
1. The new system shall conform to Ventura County Information System
Department's and Ventura County Sheriffs Information Bureau's
platforms and architecture requirements. (CURRENT HARDWARE,
SOFTWARE, DATA, AND NETWORK ENVIRONMENT(S) WILL BE DISCUSSED AT THE
BIDDER'S CONFERENCE)
THIS REQUIREMENT WILL BE MET. CCS RUNS ON WINDOWS NT 4.0 AND THE
UNDERLYING DATABASE IS SYBASE. EXISTING HARDWARE WILL BE UTILIZED
EXCEPT WHERE EXPRESSLY NOTED.
2. System shall be 'open architecture', non-proprietary.
CCS IS AN OPEN ARCHITECTURE, ODBC COMPLIANT SYSTEMS.
3. System shall be 'Year'2000' compliant.
CCS AND ALL C.R.I.M.E.S. MODULAR SOFTWARE HAS BEEN TESTED AND
DEVELOPED TO BE YEAR 2000 COMPLIANT.
4. System's capture stations be NT 4.0; the retrieval stations shall
be NT 4.0 and WIN '95 compatible.
THIS REQUIREMENT WILL BE MET.
5. System shall have the ability to network, preferably using
Ethernet./TCP/IP.
THIS REQUIREMENT WILL BE MET.
6. System shall have API (Application Programmers Interface) tools for
interface with County Systems. System shall be API capable and work
with PowerBuilder.
IWS WILL PROVIDE A CUSTOM API THAT IS CAPABLE OF WORKING WITH
POWERBUILDER. THIS API WILL INCLUDE A SITE LICENSE THAT WILL
ENABLE IT TO BE USED BY ANY WORKSTATION CURRENTLY ACCESSING THE
VCJIS AND INMATE MANAGEMENT DATABASE.
42
<PAGE>
DETENTION SERVICES
1. System shall have the capability of being able to interface with
the current and future Inmate Management System using AP tools.
IWS WILL PROVIDE A SINGLE API THAT WILL ALLOW THE VENTURA COUNTY
MIS DEPARTMENT TO INCORPORATE IMAGE ENABLING WITHIN THE VCJIS AND
INMATE MANAGEMENT NETWORK. POWERBUILDER AS WELL AS OTHER THIRD
PARTY SOFTWARE CAN UTILIZE THIS 'EXPORT DLL'. THIS API SOLUTION
ALSO INCLUDES A SITE LICENSE ALLOWING ITS USE BY ANY VCJIS OR
INMATE MANAGEMENT WORKSTATION. ADDITIONAL SYBASE CONCURRENCY
LICENSES ARE NOT INCLUDED AND SHOULD BE DISCUSSED DURING CONTRACT
NEGOTIATION.
2. System shall have the capability of being able to capture color
mug-shot photographs during booking process and providing print out
on booking sheets as well as to provide a photograph on inmate
armbands.
CCS IS CAPABLE OF ALL OF THE ABOVE. PRINTERS ARE NOT INCLUDED IN
THIS QUOTE, HOWEVER, ANY WINDOWS NT COMPATIBLE PRINTER CAN BE
UTILIZED. SIX STANDARD PRINT FORMATS ARE INCLUDED WITH THE SYSTEM.
MINOR CHANGES ON THESE FORMATS SHOULD BE DISCUSSED AT CONTRACT
SIGNING AND WILL INCUR NO COST. ADDITIONAL PRINT FORMATS CAN BE
PURCHASED FOR $500.00. A BOOKING SHEET AND A WRISTBAND PRINT ARE
TWO OF THE SIX STANDARD PRINT FORMATS.
3. System shall interface with the demographics and photo imaging
files with current and future Inmate Management Systems and D.B.I.
fingerprint systems.
RECORDS WILL BE INITIATED IN EITHER VCJIS OR THE INMATE MANAGEMENT
APPLICATION, WHICH WILL FEED VCJIS. PORTIONS OF THIS DEMOGRAPHIC
DATA IS CURRENTLY BEING PASSED TO THE LIVESCAN MACHINE, VIA FILE
TRANSFER, ELIMINATING DUPLICATE ENTRY. IWS RECOMMENDS THAT A
SECOND FLAT FILE BE CREATED FROM VCJIS AND WRITTEN TO A DIRECTORY
THAT CCS CONSTANTLY MONITORS. THIS DATA MAY OR MAY NOT BE THE SAME
AS THE DATA NEEDED BY THE LIVESCAN SYSTEM.
BASICALLY, VCJIS, (UPON CREATION, EDIT OR DELETION) CREATES TWO
FLAT TEXT FILES. ONE TEXT FILE IS USED TO POPULATE THE LIVESCAN AND
THE SECOND IS USED TO POPULATE CCS. THESE TEXT FILES MAY OR MAY NOT
BE THE SAME, DEPENDING ON THE DATA THAT IS TRANSFERRED TO CCS.
IMAGEWARE DOES NOT SEE A NEED TO INTERFACE DIRECTLY WITH DBI. IF
DBI IS ACCEPTING THE SAME EXACT TEXT THAT CCS IS, AND AT THE SAME
EXACT TIME, THAN THESE TWO SYSTEMS WILL BE SYNCHRONIZED AS WELL AS
VCJIS. THIS SAID, CCS IS CAPABLE OF IMPORTING AND EXPORTING NIST
FILES AND INTEGRATING WITH DBI. INSTEAD OF VCJIS FEEDING BOTH CCS
AND LIVESCAN AT THE SAME TIME, VCJIS COULD FEED CCS WHICH THEN
FEEDS LIVESCAN OR VISA VERSA.
PHOTO SPECIFIC REQUIREMENTS
1. The system shall be 'USER FRIENDLY'. Minimizing the steps necessary
in preparing six-pack or larger photo line-ups.
43
<PAGE>
THE CRIME CAPTURE SYSTEM HAS A VERY EASY NAVIGATION METHOD.
FUNCTIONS ARE DISPLAYED ON THE FIRST SCREEN, AND THE USER PICKS A
FUNCTION. EACH SCREEN WITHIN THE FUNCTION ALWAYS INCLUDES THE
ABILITY TO GO TO THE PREVIOUS SCREEN OR TO GO TO THE MAIN MENU
SCREEN. NO TOOL BARS OR TEXT MENUS ARE REQUIRED. THE SYSTEM IS A
WINDOWS PRODUCT, AND MAKES FULL USE OF THE WINDOWS SCREENING
PROPERTIES. OUR ENGINEERS HAVE DESIGNED ALL OF OUR SOFTWARE WITH
NON-TECHNICAL USERS IN MIND. THE AMOUNT OF SCREENS NECESSARY ARE
KEPT TO AN ABSOLUTE MINIMUM. DROP DOWN MENUS. POP-UP WARNINGS AND
STANDARD WINDOWS FUNCTION FEATURES ARE ALL INHERENT. SIMPLE
BUTTONS AND ICONS MAKE IT VERY EASY TO LEARN AND OPERATE.
2. Photographs shall be in JPEG format.
THIS REQUIREMENT WILL BE MET.
3. System shall be capable of being able to reduce or enlarge
photographs while keeping the original photo file intact.
WITHIN CCS, IMAGES CAN BE 'ROPED' AND ZOOMED IN AS NECESSARY. THE
ORIGINAL PHOTO CANNOT BE EDITED OR SIZED BUT THE VIEWED AND PRINTED
IMAGES MAY BE SIZED AS NECESSARY.
4. System shall conform to all California Department of Justice (DOJ),
Federal and NIST Standards for mug-shot photographs.
CCS MEETS ALL CALIFORNIA DOJ AND FEDERAL NIST STANDARDS.
5. System shall accept existing photographs (through data conversion).
EXISTING TFP (PRINTRAC) IMAGES AND DATA WILL BE CONVERTED IMPORTED
INTO CCS. THESE IMAGES AND DATA WILL BE FULLY ACCESSIBLE.
6. System shall be capable of creating color or black and white
six-pack photographic line-ups.
CCS WILL CREATE PHOTO LINE-UPS WITH A SPECIFIED AMOUNT OF IMAGES.
THE CRIME CAPTURE SYSTEM WILL RETRIEVE AND DISPLAY THE IMAGES OF
ALL SUBJECTS WITH CHARACTERISTICS THAT MATCH, OR SUBSTANTIALLY
MATCH, THOSE OF THE LINE-UP SUBJECT. THE USER WILL BE ABLE TO
SELECT OR REJECT FROM THE IMAGES RETRIEVED, THAT TOGETHER WITH THE
SUBJECT'S CONSTITUTE THE LINE-UP. THE LINE-UP WILL BE RANDOM
ORDERED, AND MAY BE SAVED FOR FUTURE RETRIEVAL. THESE PHOTO
LINE-UPS ARE PRINTABLE IN COLOR OR BLACK & WHITE. IN ADDITION, WE
WILL BE PROVIDING, AT NO COST, TWO COPIES OF CRIME LAB IMAGE
EDITING SOFTWARE. THIS SOFTWARE IS CAPABLE OF REMOVING DISTRACTING
BACKGROUNDS AND COPYING SCARS OR TATTOOS FOR PASTING ON THE OTHER
SUBJECTS IN THE LINE-UP. THIS CREATES VERY NON-PREJUDICIAL LINE-UPS.
7. We would like the system to have the capability of being able to
view multiple mug-shots at one time when selecting candidates for
six-pack line-ups, rather than having to go back and forth
selecting one candidate at a time.
44
<PAGE>
CREATING A LINE-UP IS SIMPLE. CHOOSE THE KNOWN SUSPECT TO BE PLACED
IN A LINE-UP AND CLICK 'CREATE LINE-UP'. THIS WILL PROMPT CCS TO
RETURN THE IMAGES OF ALL PEOPLE WHO'S TEXT BASED PHYSICAL
CHARACTERISTICS MATCH THE KNOW SUSPECT. THE USER THEN, SIMPLY
SCROLLS DOWN THIS LIST OF RETURNED IMAGES, CHOOSING THE ONES TO BE
PLACED IN THE LINE-UP. ONCE THE PHOTOS ARE CHOSEN, THE LINE-UP CAN
BE SAVED AND PRINTED.
CCS PRINTS TWO DIFFERENT LINE-UPS, PUBLIC AND INTERNAL. PUBLIC
LINE-UPS INCLUDE NO TEXT INFORMATION, ONLY THE PHOTO. INTERNAL
LINE-UPS PRINT THE PHOTOS AS WELL AS THE NAMES AND ID NUMBERS OF
THE PEOPLE IN THE LINE-UP.
8. System shall have the capability of being able to print out an
individual color or black and white photograph while displaying a
six-pack or displaying a full page of photographs.
CCS HAS THIS CAPABILITY. A SIMPLE 'RIGHT CLICK' ON ANY IMAGE
ENABLES IT TO BE PRINTED.
9. System shall have the ability to print out a photograph without
demographic descriptors or with descriptors that include but not
limited to Name, DOB, Booking #, BI# (Bureau of Identification
Number), HEIGHT, WEIGHT, HAIR COLOR, AND EYE COLOR.
THIS REQUIREMENT WILL BE MET. 'RIGHT CLICKING' ON ANY IMAGE ALLOWS
YOU TO PRINT A SINGLE IMAGE WITH NO TEXT. PRINTING THROUGH THE
'PRINT MENU' ALLOWS YOU TO CHOOSE FROM A VARIETY OF TEMPLATES, EACH
WITH DIFFERENT TEXT ASSOCIATED. SIX STANDARD TEMPLATES ARE INCLUDED
WITH THIS PROPOSAL, ONE OF WHICH MEETS THE ABOVE CRITERIA.
10. System shall be capable of creating 'Attempt to Locate' and 'Wanted
Persons' poster.
THIS REQUIREMENT WILL BE MET. IN ADDITION, WE ARE INCLUDING TWO
COPIES OF SUSPECT ID (SID) COMPOSITE SOFTWARE. SID ALSO PRINTS
'WANTED POSTERS' OF DIGITAL COMPOSITE SUSPECTS.
11. System shall have the ability to modify templates (by 'USER') for
'Attempt to Locate' or 'Wanted Posters' that reflects each Agencies
own individual identification (Department's name, Chiefs name etc.)
MINOR CHANGES IN STANDARD PRINT FORMATS SHOULD BE OUTLINED AT
CONTRACT SIGNING. EACH PRINT FORMAT IS HELD LOCALLY ALLOWING
INDIVIDUAL AGENCIES TO PRINT INDIVIDUAL PRINT FORMATS.
12. We would like the system to have the capability of being able to
securely E-mail photographs over the Internet.
PHOTOS CAN BE EXPORTED IN A NUMBER OF FILE FORMATS. IMAGEWARE IS
NOT RESPONSIBLE FOR SECURITY OF THE PHOTOGRAPHS ONCE EXPORTED FROM
CCS AND OUTSIDE THE CCS NETWORK. CCS IS CAPABLE OF EXPORTING NIST
PACKAGES INCLUDING PHOTOGRAPHS TO THE STATE OVER A NETWORK OR
SECURE INTRA-NET.
45
<PAGE>
13. We would like the system to have the capability of being able to
export photo images to internal or external networks, or other
outside communication links including CAL-PHOTO and MOBILE DATA
terminals.
CCS IS COMPATIBLE WITH CAL-PHOTO. WHEN A LOCAL WEB-SERVER IS
ACQUIRED FOR THIS, CCS CAN EXPORT THE NEEDED DATA AND PHOTO
LOCATION FOR USE BY CAL-PHOTO. CCS IS AN OPEN ARCHITECTURE, ODBC
COMPLIANT SYSTEM. WHEN A MOBILE DATA SOLUTION IS ACQUIRED, WE
WILL WORK WITH THE SELECTED VENDOR TO PROVIDE A SOLUTION THAT CAN
SEND PHOTOS TO THE MOBILE DATA TERMINAL.
14. We would like the system to have the ability for the 'USER' to cut
and paste photographs without changing the original photographic
file.
ONCE A PHOTOGRAPH IS TAKEN IT CAN BE EXPORTED AS NECESSARY. THE
PHOTO CANNOT, HOWEVER, BE IMPORTED BACK INTO CCS TO REPLACE AN
ORIGINAL PHOTO. IT CAN BE ASSOCIATED TO THE RECORD AS AN EDITED
PHOTO. ORIGINAL PHOTOS CANNOT BE EDITED, UNLESS EXPORTED AND THEN
RE-IMPORTED AS EDITED PHOTOS. THESE EDITED PHOTOS DO NOT REPLACE
ORIGINALS.
15. System shall have the ability to easily compress photo image files
for transmission across radio and or cellular frequencies without
degradation.
THE THUMBNAILS IMAGES WITHING CCS CAN BE TRANSMITTED ACROSS RADIO
AND CELLULAR FREQUENCIES.
16. System shall have the capability of being able to capture
photographs of tattoos, marks, scars, or any other identifying
characteristics.
PHOTOS CAPTURED CAN BE MULTIPLE VIEWS OF THE ARRESTEE, AND PHOTOS
OF ALL SCARS, MARKS, AND TATTOOS (SMT). PROPERTY, EVIDENCE AND
CRIME SCENE PHOTOGRAPHS CAN ALSO BE ATTACHED TO EACH RECORD. ALL
PHOTOS TAKEN WILL BE LINKED TO THE BOOKING RECORD. THIS RECORD
CAN BE FOUND IN MULTIPLE WAYS; SEARCHING BY DEMOGRAPHIC DATA,
USING A PHOTO AND SEARCHING WITH FACE ID, OR ACCESSING THE RECORDS
BY THE BOOKING NUMBER OR OTHER IDENTIFYING NUMBERS.
THE LOCATION OF THE SCAR, MARK, OR TATTOO ON THE BODY WILL BE CHOSEN
FROM A USER-MAINTAINED LIST OF CHOICES. THERE WILL BE A DESCRIPTION
FIELD FOR EACH SMT, WHERE ANY WORDS ON THE TATTOO CAN BE ENTERED
AS FREE FORM TEXT INFORMATION, AND OTHER DESCRIPTIVE INFORMATION
ABOUT THE SMT CAN BE ENTERED. WHETHER A PHOTO OF THE SMT IS TAKEN
OR NOT, THE DESCRIPTION OF THE SMT CAN BE ENTERED.
17. We would like the system to have the capability of being able to
import additional information via TWAIN (i.e. weapons, vehicles,
or residences.)
CCS CAN IMPORT IMAGES FROM A NUMBER OF SOURCES, INCLUDING TWAIN
COMPLIANT DEVICES.
18. System shall have the ability to print out single color or black
and white photographs on 8-1/2 x 11-inch paper.
46
<PAGE>
THIS REQUIREMENT WILL BE MET. ANY PRINTER WITH A WINDOWS NT 4.0
DRIVER MAY BE UTILIZED. SIX STANDARD PRINT FORMATS ARE SHIPPED
WITH THE SYSTEM. ADDITIONAL FORMATS MAY BE PURCHASED. SMALL CHANGES
IN THE STANDARD FORMATS WILL BE DONE AT NO CHARGE.
COMPOSITE SOFTWARE SPECIFIC
1. System shall include Composite software or allow for interface to
Composite Software.
THE PROPOSAL INCLUDES TWO COPIES OF SUSPECT ID COMPOSITE
SOFTWARE AT NO COST.
2. Composite software shall be capable of creating photo realistic
composites of suspects.
SUSPECT ID CREATES COLOR AND B/W PHOTO REALISTIC COMPOSITES.
3. System shall have capability of being able to search composite of
suspects to photo image database.
SUSPECT ID COMPOSITES ARE COMPATIBLE WITH IMAGEWARE'S FACE ID
FACIAL RECOGNITION SOFTWARE. IF AND WHEN, VENTURA COUNTY ADDS
FACIAL RECOGNITION SOFTWARE TO THE MUG SERVER, COMPOSITES CAN EASILY
BE SEARCHED AGAINST THE BOOKING DATABASE.
FACE ID FACIAL RECOGNITION SOFTWARE CAN BE ADDED TO THE CCS SERVER
AT ANY TIME. THIS IS A VERY POWERFUL TOOL THAT HAS MANY APPLICATIONS.
AT THE TIME OF BOOKING, MUGSHOTS CAN BE SEARCHED AGAINST THE EXISTING
DATABASE TO FIND POTENTIAL ALIASES AND DUPLICATES. SURVEILLANCE
PHOTOS AND VIDEOS OF UNKNOWN SUSPECTS CAN BE SEARCHED AGAINST THE
MUG DATABASE TO FIND POSSIBLE MATCHES BASED ON FACIAL DATA ALONE.
ALSO, COMPOSITES GENERATED IN SUSPECT ID CAN BE SEARCHED AGAINST THE
MUG DATABASE TO FIND POTENTIAL SUSPECTS.
FACE ID INTEGRATES FULLY WITH CCS AND SHARES THE SAME DATA. NO
ADDITIONAL HARDWARE MAY BE NEEDED AND IMAGES ARE ENROLLED AS THEY
ARE BOOKED SO THERE IS NO CONVERSION COSTS.
4. Composite software shall have capability of being able to build
composites that may be viewed and printed in black and white or
full color and to accurately depict skin, hair, lip and eye colors
or shape.
THIS REQUIREMENT WILL BE MET.
5. Composite software shall allow for imaging enhancement and editing
program for updating old photos, and enhancements of surveillance
videos.
THIS REQUIREMENT WILL BE MET. TWO COPIES OF CRIME LAB, IMAGE
EDITING SOFTWARE, ARE INCLUDED WITH THIS SYSTEM AT NO COST.
47
<PAGE>
6. Composite image program shall have capability of being able to add
or remove facial hair.
THIS REQUIREMENT WILL BE MET.
7. System shall have capability of being able to accept captured video,
digital and scanned images.
THIS REQUIREMENT WILL BE MET. TWO COPIES OF CRIME LAB IMAGE
ENHANCEMENT SOFTWARE ARE INCLUDED IN THE PROPOSAL. CRIME LAB CAN BE
USED TO CAPTURE AND ENHANCE VIDEO IMAGES. IT INTERFACES WITH ALL THE
CRIMES MODULES TO ADD FURTHER CAPABILITIES TO EACH.
8. System shall include or allow for an interface to some type of
Vehicle I.D. system. System shall provide that the vehicle database of
this system have the capability of being able to search vehicles by
feature, text or V.I.N. (Vehicle Identification Number). The system
shall also accurately depict vehicles, colors, and display views of
vehicles from various angles, including front, rear, side and three-
quarter views.
TWO COPIES OF VEHICLE ID ARE INCLUDED IN THE PROPOSAL. VID MEETS
ALL OF THE ABOVE REQUIREMENTS AND ALSO INTERFACES WITH CRIME LAB TO
PROVIDE FOR DENTS, RUST, CRACKS, ETC.
SEARCH ENGINES
1. The new Photo Imaging System shall have a search engine capable but
not limited of searching by: BI#, NAME, AKA, MONIKER, PHYSICAL
DESCRIPTION INCLUDING BUT NOT LIMITED TO HEIGHT, WEIGHT, EYE COLOR,
HAIR COLOR, TATTOOS, MARKS AND SCARS.
THE CCS SEARCH ENGINE HAS THE CAPABILITY OF SEARCHING ON EVERY
FIELD THAT IS CAPTURED AND ANY COMBINATION OF THOSE FIELDS. THE USER
CAN ALSO PERFORM KEYWORD SEARCHES ON ALL S/M/T's AND ASSOCIATED
PHOTOGRAPHS AS WELL AS THE FREE TEXT FIELDS.
2. We would like the new system to be able to search by: residence and
business address, and residence and business phone numbers. Currently,
CCS does not search business addresses and phone numbers, however
this feature is planned for the next version of CCS.
3. The new Photo Imaging System shall have the ability to query and
print out photographs of gang members by their specific gang.
CCS IS DELIVERED WITH 4 USER DEFINABLE FIELDS. ONE OF THESE FIELDS
CAN BE ASSOCIATED TO GANG MEMBERS AND CAN THEN BE SEARCHED BY GANG
AFFILIATION. THIS REQUIREMENT WILL BE MET.
4. The system shall have the capability to interface with CAL-GANG and
the future CAL-PHOTO system and be compatible with CAL-PHOTO
standards. The new Photo Imaging System shall have the ability to
search for tattoos by
48
<PAGE>
their description.
CCS CAN EXPORT STANDARD NIST FILES OR B.BCT FILES TO BOTH CALGANG
AND CALPHOTO. THESE FILES CONTAIN DEMOGRAPHIC INFORMATION AND THE URL
OF THE PHOTO. TATTOO MAY BE SEARCHED BY DESCRIPTION AS WELL AS
LOCATION. FREE TEXT CAN BE ASSOCIATED WITH EACH TATTOO AND LATER
SEARCHED BY KEY-WORD QUERY.
6. We would like the system to have the capability to search tattoos by
location on a person's body, and whether the tattoo has been
identified as 'street gang', 'prison gang', 'hate groups'.
THIS REQUIREMENT WILL BE MET.
PRINTER SPECIFIC REQUIREMENTS
1. The new photo imaging system shall have the ability to print
out black and white or color photographs using a variety of
printers, including but not limited to those printers commonly
referred to as 'Bubble Jet', 'Ink-Jet', 'Laser', and or other generic
plain paper printers.
CCS IS CAPABLE OF UTILIZING ANY PRINTER THAT HAS A WINDOWS NT 4.0
PRINT DRIVER.
MISCELLANEOUS REQUIREMENTS
1. The system shall have the ability to integrate photographs and or
information with other outside systems such as CAL-GANG and CAL-PHOTO
(future).
WHEN VENTURA COUNTY IS READY, CCS CAN EXPORT THE FILE TYPE THAT IS
NEEDED BY BOTH CAL-GANG AND CAL-PHOTO. WE FULLY EXPECT VENTURA COUNTY
TO BE A FULL PARTICIPANT IN BOTH OF THESE PROJECTS.
2. Capture stations shall have the capability to locally store and
forward during times of temporary network interruptions.
THIS IS A VERY IMPORTANT FEATURE OF CCS. ALL CAPTURE STATIONS HAVE
THIS ABILITY.
3. The server and work stations shall have remote 'boot/reboot'
capability for diagnostics.
THE IS A KEY FEATURE OF THE IBM COMPONENTS AND MANAGEMENT SOFTWARE
THAT IS UTILIZED BY CCS. THE ENTIRE SYSTEM CAN BE DIAGNOSED REMOTELY
AND BROUGHT BACK ON-LINE WITH VERY MINIMAL DOWN TIME. THE NETFINITY
MANAGEMENT SOFTWARE IS INSTRUMENTAL IN KEEPING MAINTENANCE COSTS
DOWN AND THE SYSTEM UP AND RUNNING.
HARDWARE ISSUES
49
<PAGE>
1. All present capture and retrieval stations, remote and local, are
to be installed at their current sites. The retrieval sites have the
capability of being upgraded to capture stations at some future date.
WE UNDERSTAND THIS REQUIREMENT AND WILL COMPLY.
2. Vendor shall properly configure and install all Photo Imaging
Systems at the direction of the Project Manager or his designee.
THIS REQUIREMENT WILL BE MET.
3. All capture stations will be standardized with respect to uniformed
and evenly dispersed lighting so all photographs maintain Federal,
State and NIST standards.
ALL CAPTURE STATIONS WILL MEET OR EXCEED FEDERAL, STATE AND NIST
STANDARDS.
50
<PAGE>
SOFTWARE SUMMARY
Following is a list of all software included with this proposal. Prices on
this software as well as prices on additional software options are included
in the pricing spread sheet.
(1) Enterprise Server Win NT 4.0 (25 License)
(1) Sybase License Server 6.0 + 5 users
(1) Sybase License 6.0 (20 User)
(1) Systems Integration - Flat File Interface w/VCJIS
(1) Systems Integration - Custom API for Image Retrieval & Site License*
(11) CCS Investigative Display Software (Full)
(10) CCS Capture Station Software
(2) Suspect ID (Composite Software)
(2) Crime Lab (Image Editing Software)
(2) Vehicle ID
SOFTWARE WARRANTIES
All non-customized software has a full 1 Year warranty. There are some
maintenance costs in the first year. Costs associated with the first year of
service include custom software maintenance, and complete 24/7 customer
service. Software and hardware maintenance cost are calculated through five
years on the Pricing spread sheet.
SOURCE CODE
The latest versions of all CRIMES modules, including CCS will be put into an
escrow account. The specifics of this escrow agreement will be outlines at
contract signing.
SOFTWARE ON-GOING MAINTENANCE AND SUPPORT
Maintenance for the system software will be 7 days per week, 24 hours per
day, with all agencies in VENTURA COUNTY SHERIFF'S OFFICE having just one
toll-free number to call for service. ImageWare will meet the response times
as outlined in the RFP. Initial calls will be received by the IWS Help Desk.
If no one is available, a call back will be made within 1 hour. Within a 24
hour period, a hardware technician will be on-site to troubleshoot and
correct the problem. Faster on-site response times may be negotiated.
51
<PAGE>
If any installation within any agency will require access to restricted areas
by IWS employees, it is expected that information will be given to ImageWare
during contract negotiations. ImageWare will make any and all information
available to the VENTURA COUNTY SHERIFF'S OFFICE for each employee who must
have access to the restricted areas.
The equipment and software supplied as part of this proposal will be fully
guaranteed for a minimum period of 12 months. All prices quoted as part of
this proposal are guaranteed for a period of 12 months.
The central server comes complete with dial-in modem, and the IBM Netfinity
Manager software and clients installed on each supplied workstation. This
will enable the customer service rep to access, and actually 'take over'
workstations when necessary to diagnose and repair any problems.
Software support first level is via toll free number to phone support. This
customer service rep has the ability to escalate the problem up to level 2
support, which is an R&D engineer. If that person requires an on-site rep,
one will be dispatched. We also include IBM hardware support with each IBM
system. Sometimes, the ImageWare programmer just needs a set of hands and
eyes on-site, and an IBM technician will be dispatched. Dial-in access is
available to both levels 1 and 2, and using Netfinity Manager, many problems
can be diagnosed and resolved by 'taking over' the workstation that is having
problems, seeing the error happen, and resolving the situation immediately
via remote connection.
HARDWARE SUMMARY
Following is a list of all hardware included with this proposal. Prices on
this hardware as well as prices on additional hardware options are included
in the pricing spread sheet. Also listed is the recommended hardware
configuration for investigative workstations.
NETFINITY 5500 450MHZ DUAL PENTIUM SERVER
IBM Netfinity 5500 Pentium II 450MHz/512KB L2,256MB ECC,OPEN,32X,PCI/ISA
(Std) 10/100 PCI Ethernet
(Std) 2-Drop 16-bit SCSI Internal Cable
(Std) 32X Max IDE CD-ROM Drive
(Std) 450/100 MHz Pentium II Processor with 512 KB ECC L2 Cache
(Std) IBM 1.44MB 3.5-inch Diskette Drive
(Std) IBM 104-key Keyboard (Stealth Grey)
(Std) Integrated IDE Controller
(Std) Integrated PCI Ultra SCSI RAID Controller-dual channel
(Std) Mouse Stealth Grey
(Std) Netfinity 400W Hot-Swap Power Supply
(Std) Netfinity NetBAY3
(Std) Processor Complex Card
52
<PAGE>
-------------------------------------------------------------------------------
(Std) S3 Trio64V2 Graphics - 1MB SGRAM
-------------------------------------------------------------------------------
(Std) Systems Management Processor
-------------------------------------------------------------------------------
IBM 20/40GB DLT Internal SCSI Tape Drive (FH)
-------------------------------------------------------------------------------
IBM Netfinity 400W Hot-Swap Redundant Power Supply II (2 total)
-------------------------------------------------------------------------------
IBM Netfinity 256MB SDRAM ECC RDIMM (Registered) (512MB total)
-------------------------------------------------------------------------------
IBM Netfinity 9.1GB 10K Wide Ultra SCSI SL SCA-2HDD (4 total)
-------------------------------------------------------------------------------
450/100MHz Pentium II Processor with 512KB ECC 1.2 Cache (2 total)
-------------------------------------------------------------------------------
G74 - 17(15.9) in. Color Monitor, 69 KHz, Stealth Gray
-------------------------------------------------------------------------------
OBI External V.34 Data/Fax Modem
-------------------------------------------------------------------------------
Smart-UPS 1400-17 Min Runtime
-------------------------------------------------------------------------------
-------------------------------------------------------------------------------
CAPTURE HARDWARE (10)
-------------------------------------------------------------------------------
IBM PC 300PL 6862 (4X4) 2
-------------------------------------------------------------------------------
PC 300PL Pentium II 400MHz MMX/512KB, 64MB, 6.4GB, 4MB, 32X, 16bit, WinNT,
PCI/ISA
-------------------------------------------------------------------------------
(Std) IBM 6.4GB EIDE Hard Drive
-------------------------------------------------------------------------------
(Std) 10/100 PCI Ethernet WOL
-------------------------------------------------------------------------------
(Std) 16-bit ISA Crystal Audio Integrated
-------------------------------------------------------------------------------
(Std) 400/100MHz MMX Pentium II Processor with 512KB Pipeline B
-------------------------------------------------------------------------------
(Std) 4MB Integrated SGRAM Video Memory
-------------------------------------------------------------------------------
(Std) 64MB 60 ns NP SDRAM DIMM
-------------------------------------------------------------------------------
(Std) CD-ROM Drive Internal 32X Max (Variable Speed)
-------------------------------------------------------------------------------
(Std) IBM 1.44MB 3.5-inch Diskette Drive
-------------------------------------------------------------------------------
(Std) IBM 104-key Rubber Dome Keyboard
-------------------------------------------------------------------------------
(Std) Integrated IDE Controller
-------------------------------------------------------------------------------
(Std) S3 Trio3D AGP Graphics Integrated
-------------------------------------------------------------------------------
G74 - 17(15.9) in. Color Monitor, 69 KHz, Pearl White
-------------------------------------------------------------------------------
Cable bundle (for camera sub-system)
-------------------------------------------------------------------------------
Capture Card MVPro (for camera sub-system)
-------------------------------------------------------------------------------
MINIMUM REQUIREMENTS FOR INVESTIGATIVE WORKSTATION HARDWARE
(Not included in price)
-------------------------------------------------------------------------------
Pentium Processor Computer
-------------------------------------------------------------------------------
32 MB RAM
-------------------------------------------------------------------------------
CD-ROM Drive Internal 32X Max (Variable Speed)
-------------------------------------------------------------------------------
Graphics card capable of at least 16,000 colors.
-------------------------------------------------------------------------------
Monitor and graphics card with 600x800 resolution capability
-------------------------------------------------------------------------------
HARDWARE WARRANTIES
All hardware that IWS supplies carries a full 1 Year warranty. IWS will not
support printers, hardware or camera sub-systems that are provided by the
County. If service is requested on any of this hardware, it can be discussed
at contract negotiations.
53
<PAGE>
HARDWARE MAINTENANCE
Maintenance for the system hardware will be 7 days per week, 24 hours per
day, with all agencies in VENTURA COUNTY SHERIFF'S OFFICE having just one
toll-free number to call for service. ImageWare will meet the response times
as outlined in the RFP. Initial calls will be received by the IWS Help Desk.
If no one is available, a call back will be made within 1 hour. Within a 24
hour period, a hardware technician will be on-site to troubleshoot and
correct the problem. Faster on-site response times may be negotiated.
If any installation within any agency will require access to restricted areas
by IWS employees, it is expected that information will be given to ImageWare
during contract negotiations. ImageWare will make any and all information
available to the VENTURA COUNTY SHERIFF'S OFFICE for each employee who must
have access to the restricted areas.
The equipment and hardware supplied as part of this proposal will be fully
guaranteed for a minimum period of 12 months. All prices quoted as part of
this proposal are guaranteed for a period of 12 months.
The central server comes complete with dial-in modem, and the IBM Netfinity
Manager software and clients installed on each supplied workstation. This
will enable the customer service rep to access, and actually 'take over'
workstations when necessary to diagnose and repair any problems.
Software support first level is via toll free number to phone support. This
customer service rep has the ability to escalate the problem up to level 2
support, which is an R&D engineer. If that person requires an on-site rep,
one will be dispatched. We also include IBM hardware support with each IBM
system. Sometimes, the ImageWare programmer just needs a set of hands and
eyes on-site, and an IBM technician will be dispatched. Dial-in access is
available to both levels 1 and 2, and using Netfinity Manager, many problems
can be diagnosed and resolved by 'taking over' the workstation that is having
problems, seeing the error happen, and resolving the situation immediately
via remote connection.
SITE PREPARATION
Capture room specifications are included on the following page. These
specifications are required to meet NIST compliance. Any deviation from these
specifications may bring the system out of compliance. ImageWare is not
responsible for meeting NIST requirements if these specification cannot be
met.
54
<PAGE>
DATA CONVERSION SERVICES
------------------------------------------------------------------------------
ImageWare will convert the existing TFP proprietary database at the cost
outlined in the Price spread sheet. The database must be supplied to IWS in
an agreed upon period of time and on an agreed upon media. This conversion
will be accomplished within the three month installation period and before
the acceptance period begins. ImageWare has successfully converted this type
of database on previous occasions and does not expect to enlist the support
of Printrac or third party suppliers like Pinnacle Technologies.
SYSTEM DOCUMENTATION
------------------------------------------------------------------------------
ImageWare will furnish the county with 22 copies of the CRIMES application
software documentation and manuals. Additionally, we will provide
manufacturer documentation on all hardware provided. All user and training
manuals will reflect the latest version of application software and the
version that is being installed. Additional copies may be purchased.
TRAINING
------------------------------------------------------------------------------
Training time is kept to a minimum with the Crime Capture System, as it is so
easy to use. 2 days on-site training is included with the price of the
system. Class size is limited to 15 and the class style is lecture. After the
training session, users have lab time for hands-on familiarization.
Training will be accomplished at each agency location, using their system
equipment. All handout materials and reference materials will be furnished.
It is recommended that at least one training session be video taped and
duplicated for each agency for on-going training purposes.
Follow-up training is available, either on-site or at the IWS facilities. The
length of each class is outlined below:
CRIME CAPTURE SYSTEM TRAINING OUTLINE
OBJECTIVE: By the end of the training session, students will know how to book
a suspect, search a database, use the mug book function and create photo
line-ups.
CLASS SIZE: Maximum 15 students
55
<PAGE>
<TABLE>
<CAPTION>
TRAINING OUTLINE:
<S> <C> <C>
I. Starting the program 5 minutes
II. New Bookings 90 minutes
a. Adding a New Booking
b. Searching for Matches
1. Linking Records
2. Unlinking Records
c. Viewing Records
d. Viewing Multiple Bookings
e. Editing and Deleting Records
f. Printing Individual Records
III. Searching 45 minutes
a. Quick Search
b. Advanced Search
c. Saving a Search
d. Running and Existing Search
e. Deleting and Existing Search
f. Printing Search Results
IV. Mug Book 30 minutes
a. Searching for Mugshot
b. Saving a Mug Book
c. Viewing an Existing Mug Book
d. Deleting a Mug Book
V. Photo Line-up 40 minutes
a. Creating a Photo Line-up
b. Saving a Photo Line-up
c. Viewing an Existing Photo Line-up
d. Deleting an Existing Photo Line-up
e. Printing a Photo Line-up
</TABLE>
IMPLEMENTATION SCHEDULE
------------------------------------------------------------------------------
A Project Manager will be named by ImageWare Software, Inc., to oversee and
manage the planning, monitoring, reporting, and acceptance of the system
outlined in the proposal if ImageWare is the successful vendor. This
person's resume will be supplied during contract negotiations. It is expected
that the VENTURA COUNTY SHERIFF'S OFFICE will also name a Project
Coordinator who will work with the IWS Project Manager, who will be
responsible for all tasks outlined as COUNTY responsibility on the task list.
56
<PAGE>
APPROACH TO PROJECT
ImageWare has a well-defined, disciplined approach to program management
which includes:
- Attention to customer satisfaction
- Regular communications with customer via weekly status meeting, monthly
project status reports, and quarterly reviews
- Regularly scheduled status meetings with the project staff
ImageWare will avoid and mitigate risks by reviewing, prioritizing, and
monitoring key project risks throughout the project life cycle. Identified
project risks will be recorded and tracked to resolution. Identification of
risks and potential mitigation plans will be reviewed with the project staff
monthly, documented in the project reports, and presented to the VENTURA
COUNTY SHERIFF'S OFFICE's Project Coordinator during the project review. By
identifying risks early before they have impacted the project, the actual
impact to the project can be decreased, if not totally eliminated. An
inescapable fact of project management is that there are always risks. The
key to ensuring a successful project is to manage them. This means the
following must be done early, before the risk actually impacts the project:
- Identify risks (technical, schedule, and cost)
- Prioritize and quantify risks
- Assign responsibility
- Mitigate (determine mitigation action, responsible person, due date)
- Track Progress
57
<PAGE>
<TABLE>
<CAPTION>
------------------------ ---------------------------- ---------- -------------------
CUSTOMIZATION DEFINITION CUSTOMIZATION IMPLEMENTATION DEPLOYMENT MAINTENANCE SUPPORT
------------------------ ---------------------------- ---------- -------------------
<S> <C> <C> <C>
Phase 1: Tasks
--------------
- Database field definitions Phase 2: Tasks
- Define field validation rules --------------
- Define code tables - Implement customized database Phase 3: Tasks
- Define print formats, Audit Trail - Implement field validation rules --------------
- Implement customized screens - Integration Phase 4: Tasks
- Define Mandatory Fields - Implement Audit Trail reports - Installation --------------
- Training - HW & SW Maintenance
- Site Surveys - Develop installation plan - System Acceptance - Enhancements &
- Procure Components - Develop acceptance test document upgrades (Option)
- Develop training material
- Develop user manuals
Phase 1: Milestones
-------------------
- Specifications Review Phase 2: Milestones
- Purchase Order Issued -------------------
- Ready-To-Ship Review Phase 3: Milestones
- Installation Schedule Review -------------------
- Site Reviews Phase 4: Milestones
Phase 1: Deliverables - Final System Acceptance -------------------
--------------------- - Maint. Plan Review
- Specifications Document Phase 3: Deliverables
- Installation Schedule (preliminary) ----------------------
- Purchase Order - Acceptance Test Plan Phase 3: Deliverables
- Installation Schedule ---------------------
- Site hardware Phase 4: Deliverables
- Site software ---------------------
- Training Material - Help Desk Incidence
- User Manual Statistics
- System Administration - Maint. Plan
Manual
</TABLE>
58
<PAGE>
COMPLIANCE WITH TERMS AND CONDITIONS
-------------------------------------------------------------------------------
3.1 REGULATION COMPLIANCE
IWS will comply.
3.2 PERFORMANCE BOND
IWS will comply with the bond requirements as outlined in paragraph 3.2.
3.3 RESPONSIBILITY OF PROPOSER
IWS will comply.
3.4 CONDITIONS FOR ACCEPTANCE
The system final acceptance testing period will begin when the system is
installed, data conversion has been accomplished and all interfaces have been
accomplished. Final system acceptance will begin no more than 90 days from
contract signing. Final system acceptance will begin when IWS certifies that
the Equipment is ready for use. The system acceptance shall cover a period of
30 (thirty) days.
The system final acceptance testing period will be considered successful if
accuracy requirements are satisfied and if each device is operational for
ninety-eight percent (98%) of the schedule operating time during the
acceptance period, excluding downtime. Schedule downtime not to exceed 4
hours per calendar month.
Formal sign-off of acceptance of the system will take place immediately after
the successful completion of the system acceptance period.
The system shall not be accepted by the County and no final charges
associated with such system shall be paid by the County until the successful
completion of the system acceptance period.
Prior to acceptance hereunder IWS shall deliver software documentation and
user manuals and hardware/equipment user and operating manuals.
60
<PAGE>
3.5 COMMITMENTS, WARRANTY AND REPRESENTATIONS
IWS agrees.
3.6 PERFORMANCE PERIOD
IWS shall perform/deliver the products and/or services on or before the
completion Date specified in the response, provided that conditions for site
preparation are met on time by Ventura County and that no cause beyond IWS's
reasonable control ("Force Majeure") has occurred.
3.7 WARRANTIES
a. IWS agrees. IWS warrants that the Software/Hardware supplied
hereunder will perform substantially in accordance with is published
specifications and documentation for a period of one (1) year from the date
the County accepts such items. IWS shall correct software repairs and
deficiencies reported by the County, without any charge to the County and
within a reasonable period of time.
b. IWS represents that has title to the Software and the authority
to grant licenses to use the third party software.
c. IWS agrees.
d. IWS confirms.
e. IWS confirms.
3.8 SITE PREPARATION
a. The system to be installed does not required any special
environmental considerations. IWS will work with the County to provide site
preparation specifications to ensure that the system shall operate
efficiently, from an environmental point of view and properly from a
functional point of view.
b. Exhibit B displays the optimized configuration for the capture
workstation to meet NIST compliance. IWS will work with the County to develop
a site plan.
61
<PAGE>
c. IWS agrees to the preparation of the sites by the County in
accordance with the IWS's written minimum site and environmental
specifications, including electrical power and network installation.
d. IWS agrees.
3.9 PATENT AND COPYRIGHT PROTECTION
IWS agrees.
3.10 RIGHTS IN DATA
Source code utilized in C.R.I.M.E.S.-Registered Trademark- is already
covered by U.S. Patents, Copyrights and Trade Marks. In title, it is owned by
ImageWare Software, Inc.
3.11 TITLE TO EQUIPMENT
IWS agrees.
3.12 FORCE MAJEURE
IWS agrees.
3.13 INDEMNIFICATION/HOLD HARMLESS
IWS agrees.
3.14 INSURANCE PROVISIONS
IWS agrees to all the Insurance Provisions included in paragraph 3.14.
3.15 NON-APPROPRIATION OF FUNDS
IWS agrees.
62
<PAGE>
3.16 TAXES
IWS agrees.
3.17 INDEPENDENT CONTRACTOR
IWS agrees.
3.18 CONTRACT MONITORING
IWS agrees.
3.19 EQUAL OPPORTUNITY
IWS agrees.
3.20 INVESTIGATION AND RESEARCH
IWS agrees.
3.21 TERMINATION
IWS agrees.
3.22 CHANGES/ALTERATIONS
IWS agrees.
3.23 CONFIDENTIALITY
IWS agrees.
63
<PAGE>
3.24 RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT
IWS agrees to all the rights and remedies included in paragraph 3.24.
3.25 GOVERNING LAW
IWS agrees.
3.26 SEVERABILITY OF CONTRACT
IWS agrees.
3.27 CUMULATIVE REMEDIES
IWS agrees.
3.28 ASSIGNMENT
IWS agrees.
3.29 TERMINATION OF CONTRACT
IWS agrees to all the clauses of this title providing that in the event
that the County terminates the Agreement without cause, IWS shall be paid for
the work provided to the date of termination, as long as such work meets the
terms and conditions of this Agreement, and in addition the County shall pay
the price specified in Exhibit A for all the equipment already purchased by
IWS to furnish this Agreement.
64
<PAGE>
COST PROPOSAL SUMMARY `EXHIBIT A'
-------------------------------------------------------------------------------
65
<PAGE>
<TABLE>
<CAPTION>
DESCRIPTION QTY UNIT EXT TOTAL
--------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C>
NETFINITY 5500 450 MHZ DUAL PENTIUM SERVER
IBM Netfinity 5500 Pentium II 450MHz/512KB L2,256MB ECC, OPEN 32X,PCI/I 1 $7,436.25 $7,436.25
(Std) 10/100 PCI Ethernet
(Std) 2-Drop 16 bit SCSI Internal Cable
(Std) 32X Max IDE CD-ROM Drive
(Std) 450/100 MHz Pentium II Processor with 512KB, ECC L2 Cache
(Std) IBM 1.44 MB 3.5-inch Diskette Drive
(Std) IBM 104-key Keyboard (Stealth Grey)
(Std) Integrated IDE Controller
(Std) Integrated PCI Ultra SCSI RAID Controller-dual channel
(Std) Mouse Stealth Grey
(Std) Netfinity 400W Hot-Swap Power Supply
(Std) Netfinity NetBAY3
(Std) Processor Complex Card
(Std) S3 Trio64V2 Graphics - IBM SGRAM
(Std) Systems Management Processor
IBM 20/40GB DLT Internal SCSI Tape Drive (FH) 1 $2,937.50 $ 2,937.50
IBM Netfinity 400W Hot-Swap Redundant Power Supply II 1 $750.00 $750.00
IBM Netfinity 256MB SDRAM ECC RDIMM (Registered) 1 $1,187.50 $1,187.50
IBM Netfinity 9.1GB 10K Wide Ultra SCSI SL SCA-2HDD 4 $1,006.80 $4,027.20
450/100MHz Pentium II Processor with 512KB ECC L2 Cache 1 $1,498.75 $1,498.75
G74 - 17(15.9) in. Color Monitor, 69 KHz, Stealth Gray 1 $463.75 $463.75
OBI External V.3/1 Data/Fax Modem 1 $460.00 $460.00
Smart-UPS 1400-17 Min Runtime 1 $735.00 $735.00
SUBTOTAL $19,495.95
CAPTURE HARDWARE
IBM PC 300PL 6862 (4x4) 2
PC 300PL Pentium II 400MHz MMX/512KB, 64MB, 6.4GB, 4MB, 32X, 16bit, WinN 10 $1,776.00 $17,760.00
(Std) IBM 6.4GB EIDE Hard Drive
(Std) 10/100 PCI Ethernet WOL
(Std) 16-bit ISA Crystal Audio Integrated
(Std) 400/100MHz MMX Pentium II Processor with 512KB Pipeline B
(Std) 4MB Integrated SGRAM Video Memory
(Std) 64MB 60ns NP SDRAM DIMM
(Std) CD-ROM Drive Internal 32X Max (Variable Speed)
(Std) IBM 1.44MB 3.5-inch Diskette Drive
(Std) IBM 104-key Rubber Dome Keyboard
(Std) Integrated IDE Controller
(Std) S3 Trio3D AGP Graphics Integrated
G74 - 17(15.9) in. Color Monitor, 69 KHz, Pearl White 10 $423.60 $4,236.00
Cable bundle 10 $187.50 $1,875.00
Capture Card MVPro 10 $837.50 $8,375.00
SUBTOTAL $32,246.00
SOFTWARE
CCS Investigative Display Software (Full) 11 $4,900.00 $53,900.00
CCS Capture Station Software 10 $8,000.00 $80,000.00
Suspect ID 2 $0.00 $0.00
Crime Lab 2 $0.00 $0.00
Vehicle ID 2 $0.00 $0.00
CUSTOM INTERFACE
Systems Integration - Flat File Interface w/ VCJIS 1 $5,000.00 $5,000.00
Systems Integration - Custom API for Image Retrieval & Site License 1 $17,000.00 $17,000.00
SUBTOTAL $155,900.00
TOTAL HARDWARE/SOFTWARE $207,641.95
</TABLE>
Page 1
<PAGE>
<TABLE>
<S> <C> <C> <C> <C>
SERVICES
Project Management 5 $ 900.00 $4,500.00
Conversion of Records from TFP 183000 $ 0.05 $9,150.00
SUBTOTAL $ 13,650.00
LICENSES
Enterprise Server Win NT 4.0 (25 License) 1 $4,056.75 $4,056.25
Sybase License Server+5 users 1 $1,248.75 $1,248.75
Sybase License 6.0 (20 User) 1 $3,243.75 $3,243.75
SUBTOTAL $ 8,548.75
SYSTEM SUBTOTAL $229,840.70
Shipping/Handling/Installation/Training $ 24,917.03
TOTAL PROPOSAL $254,757.73
DISCOUNT IF ORDERED WITHIN 30 DAYS $ 0.00
*Does NOT include the additional Sybase licenses for concurrency
WARRANTY
ImageWare offers a complete one year warranty
on all hardware and non-customized software.
There is a 90 Day Warranty on everything
MAINTENANCE PLAN
ImageWare Technical Support (Year 1) $ 15,300.00
Maintenance & Technical Support (Year 2) $ 37,375.55
Maintenance & Technical Support (Year 3) $ 37,375.55
Maintenance & Technical Support (Year 3) $ 37,375.55
Maintenance & Technical Support (Year 3) $ 37,375.55
</TABLE>
Page 2
<PAGE>
<TABLE>
<CAPTION>
OPTIONS
<S> <C>
CAMERA SUB-SYSTEMS
Hitachi HV-C20 Camera, NIST standards (3 chip) $4,885.65
Cosmicar/Pentax H 15ZME Zoom Lens $1,509.30
Hitachi KP-D50 Camera, NIST standards (single chip) $1,471.50
Computer Lens $1,147.50
3 point Lighting system $1,343.25
Pan and Tilt Camera mount $1,620.00
Reflective Pedestal $ 924.75
Cable bundle $ 202.50
NIST compliance capture software $1,500.00
Capture Card MVPro $ 904.50
Power Supply (Single Chip) $ 67.50
Power Supply (Three Chip) $ 202.50
INVESTIGATIVE HARDWARE
IBM PC 300PL 6862 (4x4) 2
PC 300PL Pentium II 400MHz MMX/512KB,64MB,6.4GB,4MB,
32X,16bit Audio, Win98,PC $1,758.00
(Std) IBM 6.4GB EIDE Hard Drive
(Std) 10/100 PCI Ethernet WOL
(Std) 16-bit ISA Crystal Audio Integrated
(Std) 400/100 MHz MMX Pentium II Processor with 512KB
Pipeline B
(Std) 4MB Integrated SGRAM Video Memory
(Std) 64MB 60ns NP SDRAM DIMM
(Std) CD-ROM Drive Internal 32X Max (Variable Speed)
(Std) IBM 1.44MB 3.5-inch Diskette Drive
(Std) IBM 104-key Rubber Dome Keyboard
(Std) Integrated IDE Controller
(Std) S3 Trio3D AGP Graphics Integrated
G74 - 17(15.9) in. Color Monitor, 69 KHz, Pearl White $ 423.60
PRINTERS
Fargo ID Card Printer, 1 sided $4,900.00
Fargo ID Card Printer, 2 sided $9,500.00
Epson Stylus 850, color, 1440X720DPI $ 484.50
HP Laserjet B&W, 4000TN, 17PPM, 1200DPI $2,284.50
HP Laserjet B&W, 6P, 600DPI, 8PPM $1,140.00
HP 5M, Color Laser, 300DP, 3PPM $7,842.00
Lexmark Optra S B/W Laser Printer $1,638.00
Lexmark Optra SC Color Laser Printer $3,141.00
SOFTWARE
Suspect ID $2,000.00
Crime Lab $ 300.00
Vehicle ID $1,000.00
</TABLE>
Page 3
<PAGE>
ASSUMPTIONS & RFP EXCEPTIONS
-------------------------------------------------------------------------------
- ImageWare requests that the final acceptance period be 30 days with 98%
uptime.
- ImageWare will install a CCS base system that will serve as the functional
prototype. One month prior to final acceptance testing, there will be a
review by IWS and the County Project Coordinator. This review is to iron
out any minor customization or changes that may or may not be necessary.
The County and IWS must agree to any modifications, and these modifications
will be made prior to final acceptance testing begins.
- Any and all user defined and maintained lists will be the same throughout
the system, and those lists will be provided to ImageWare for initial
loading.
- All necessary equipment to allow connection to the existing network will
be provided either by the County or each agency where the installation is
to be done. It is expected that there will be adequate ports available at
each remote site for the capture station and investigative workstation
installation and at the central server installation.
- Source code utilized in C.R.I.M.E.S.-Registered Trademark- is already
covered by U.S. Patents, Copyrights and Trade Marks. In title, it is owned
by ImageWare Software, Inc.
- ImageWare does not desire to take on any network configuration or
modifications.
- ImageWare Software Inc. would like the Payment Terms to be part of the
contract negotiations, and would like to propose the following schedule:
30% upon issuance of Purchase Order;
45% upon installation of equipment; and
25% upon final system acceptance.
66