Take (COC) CAMEROON & SRILANKA | SEAMAN - BELIZE SEAMAN (COC) CDC + COC
REQUEST FOR PROPOSALS - City of El Centro Camera System RFP.pdfREQUEST FOR PROPOSALS FOR AN...
Transcript of REQUEST FOR PROPOSALS - City of El Centro Camera System RFP.pdfREQUEST FOR PROPOSALS FOR AN...
EL CENTRO POLICE DEPARTMENT
REQUEST FOR PROPOSALS FOR AN INTEGRATED IN-CAR AND BODY-WORN VIDEO MANAGEMENT SYSTEM
John Seaman, Sergeant Proposals Due on: August 31, 2017
CITY OF EL CENTRO REQUEST FOR PROPOSALS
FOR AN INTEGRATED IN-CAR AND BODY-WORN
VIDEO MANAGEMENT SYSTEM
TABLE OF CONTENTS CHAPTER PAGE
Chapter 1: Introduction and Background ..................................................................................................... 1
Overview ..................................................................................................................................... 1
RFP Structure ............................................................................................................................. 1
Background ................................................................................................................................. 2
Existing System .............................................................................................................. 2
Project Purpose and Objectives ..................................................................................... 2
Primary Objectives ......................................................................................................... 3
Funding .......................................................................................................................... 3
Chapter 2: Rules of Preparation ................................................................................................................... 1
Introduction ................................................................................................................................. 1
General Provisions Regarding Public Nature of Proposals ........................................................ 1
Proposer’s Rights regarding Confidentiality of Proposals ........................................................... 1
City’s Rights Regarding Confidentiality of Proposals .................................................................. 1
Project Consultant ....................................................................................................................... 2
Vendor Inquiries .......................................................................................................................... 2
Deadline for Written Questions ................................................................................................... 2
Modifications to the RFP ............................................................................................................. 2
Submission of Proposals............................................................................................................. 2
Medium of Document .................................................................................................................. 3
Cost of Preparation of Proposal .................................................................................................. 3
Notification of Withdrawal of Proposal ........................................................................................ 3
Errors and Omissions .................................................................................................................. 3
Rights to Pertinent Materials ....................................................................................................... 3
Acceptance Period ...................................................................................................................... 3
News Releases ........................................................................................................................... 3
CITY OF EL CENTRO REQUEST FOR PROPOSALS
FOR AN INTEGRATED IN-CAR AND BODY-WORN
VIDEO MANAGEMENT SYSTEM
TABLE OF CONTENTS CHAPTER PAGE
Right to Reject Proposals............................................................................................................ 3
Demonstrations ........................................................................................................................... 4
Business Ethics .............................................................................................................. 4
Evaluations .................................................................................................................................. 4
Initial Determination of Responsiveness: ....................................................................... 4
Evaluation Procedure ..................................................................................................... 4
Award Criteria ................................................................................................................ 5
Vendor Response (200 pts): .......................................................................................... 5
Cost/Pricing (200 pts):.................................................................................................... 6
System Abilities (600 pts): ............................................................................................. 6
Oral Presentations, Product Demonstration, and Field Testing may be required ......... 6
Exceptions to the RFP ................................................................................................................ 7
Discrimination and Equal Opportunity ......................................................................................... 7
City Council Approval .................................................................................................................. 7
Admissibility of Evidence............................................................................................................. 7
System Features and Functionality ............................................................................................. 7
Independent Contract Agreement ............................................................................................... 8
Key Events and Projected Dates .............................................................................................. 14
Chapter 3: Vendor Response ....................................................................................................................... 1
Introduction ................................................................................................................................. 1
A: RESPONSE INSTRUCTIONS .................................................................................. 1
B: VENDOR GENERAL INFORMATION ...................................................................... 2
D: SUMMARY OF SOLUTION ....................................................................................... 5
E: COMPUTER HARDWARE, SYSTEM SOFTWARE, AND ENDPOINT ACCESS ... 6
F: IMPLEMENTATION AND TRAINING ....................................................................... 9
G: WARRANTY AND MAINTENANCE ....................................................................... 11
H: VENDOR CONTRACTUAL RESPONSIBILITIES .................................................. 12
CITY OF EL CENTRO REQUEST FOR PROPOSALS
FOR AN INTEGRATED IN-CAR AND BODY-WORN
VIDEO MANAGEMENT SYSTEM
TABLE OF CONTENTS CHAPTER PAGE
I: PRICING SCHEDULE ............................................................................................. 13
J: EXCEPTIONS TO RFP TERMS AND CONDITIONS ............................................. 20
Chapter 4: Requirements .............................................................................................................................. 1
Integrated In-Car and Body-Worn Solution ................................................................................. 1
Current Technical Components ..................................................................................... 1
Estimated In-Car and Body-Worn Camera Annual Shift Counts ................................... 1
Retention of Video Recording and Data ........................................................................ 2
Purge of Expired Data .................................................................................................... 2
System and Hardware Requirements ......................................................................................... 2
Body-Worn Cameras...................................................................................................... 2
In-Car Solution ............................................................................................................... 4
In-Car DVR Specifications: ............................................................................................ 5
Color Camera Specifications: ........................................................................................ 7
Back Seat Camera Specifications: ................................................................................. 8
Color LCD Monitor Specifications: ................................................................................. 8
Microphone Specifications: ............................................................................................ 9
Control Center Specifications: ..................................................................................... 10
Unified Video Management Database ......................................................................... 10
Storage – Server and Hosted Solutions ...................................................................... 10
Local Server ................................................................................................................. 10
Cloud-based and/or Hybrid Solutions .......................................................................... 11
Video Transfer to Storage Server ................................................................................ 11
User Access and Functionality .................................................................................................. 11
Back Office Software.................................................................................................... 11
Searching the Database .............................................................................................. 11
Video and Metadata Playback ..................................................................................... 11
Mapping ....................................................................................................................... 12
File Tagging ................................................................................................................. 12
Video Asset Verification ............................................................................................... 12
CITY OF EL CENTRO REQUEST FOR PROPOSALS
FOR AN INTEGRATED IN-CAR AND BODY-WORN
VIDEO MANAGEMENT SYSTEM
TABLE OF CONTENTS CHAPTER PAGE
Chain of Custody .......................................................................................................... 12
User or Group Permissions .......................................................................................... 12
Digital Evidence Retention Policy and Workflow Management ................................... 12
Comprehensive Video File Management ..................................................................... 13
Exporting ...................................................................................................................... 13
Submission and Sharing of Digital Evidence ............................................................... 13
Video and Audio Redaction ......................................................................................... 13
Password policy ........................................................................................................... 13
Auditing ........................................................................................................................ 14
Other Equipment/Options ............................................................................................ 14
Additional Requirements .............................................................................................. 15
Completion Date of January 31, 2018 ..................................................................................... 15
Appendix A Checklist for Responsiveness
Appendix B Requirements (mandatory/scored)
Appendix C Offer, Certification, and Assurances
Appendix D Insurance Requirements
Chapter 1
Introduction and Background
CHAPTER 1: PAGE 1
Introduction and Background
Overview
The City of El Centro (“City”) and the El Centro Police Department invite your company or
organization to submit a written proposal to provide proposals to provide and install a
complete Mobile Audio Video (MAV) system which shall minimally include a rugged in-car
camera system, body-worn cameras (BWC) and a software management system,
collectively referred to as a Mobile Audio Video (MAV) system. The in-car camera system
will be permanently mounted in City vehicles such as police cars, and individual officers will
utilize the BWCs in the field; all of which will be exposed to harsher conditions than a typical
office environment.
This RFP is not a commitment or contract of any kind. The City reserves the right to pursue
any and/or all ideas generated by this request. The City reserves the right to reject any and
all proposals. Costs for developing the proposals are entirely the responsibility of the
proposers and shall not be reimbursed.
As a result of this RFP, the City expects to receive proposals that will address how the
products meet or exceed City requirements as defined in this RFP. The City desires to
select a complete system and to enter into a contract for the purchase and installation of the
system, as well as training, maintenance and support of hardware and software. This RFP
provides a list of required services, general information, instructions for submitting
responses, and vendor selection procedures.
The City prefers a comprehensive solution with a single, prime contractor that is; legally and
financially responsible for all hardware, software and services. The use of a sub-contractor
for purposes of installation is acceptable.
Vendors with local government and public safety technology experience are preferred but
not required. Local vendors or vendors with a local presence are also preferred but not
required.
RFP Structure
The proposal should clearly demonstrate how the solution you are proposing could best
satisfy the requirements of the City. This written RFP states the scope of the business and
technical requirements, and specifies the rules for preparing the proposal response. The
RFP includes four chapters as follows:
Chapter 1 - Introduction and Background: The current chapter provides an introduction to
the project, background information, and the primary objectives of the initiative.
Chapter 2 - Rules of Preparation: Provides general guidelines and rules to assist vendors
in preparing their responses.
CHAPTER 1: PAGE 2
Chapter 3 - Vendor Response: Includes questions regarding the proposing company's
background and qualifications, the specifications and capabilities of the proposed systems,
the services to be provided, and proposed costs.
Chapter 4 - Requirements: Includes service and functional requirements and describes the
instructions for completing responses to the requirements for a MAV and BWC solution.
Background
Existing System
The El Centro Police Department has identified the need to implement a new in-car (Mobile
Audio Video) and Body-Worn Camera (BWC) system. The police department currently
utilizes L3 Communication system as their in-car camera system and VIEVU as their body-
worn camera system. Current models of the VIEVU body-worn cameras are not supported
by L3 Communications, requiring ECPD to use an older version of the VIEVU system (LE2).
The inability to upgrade body-worn cameras while continuing to utilize the same back office
software is one of several reasons the City and ECPD are looking to upgrade the current
system. Additional concerns include the need to utilize a separate extended microphone to
capture audio on the in-car camera systems, battery life of the extended microphones and
body-worn cameras, and the manner in which evidence is currently submitted for purposes
of prosecution.
With the current system, officers are required to return to the station to create a case in the
back office software system and manually search for related videos without the assistance
of GPS or CAD integration. The current body-worn cameras must be downloaded via cable,
versus a docking station, Wi-Fi or microwave transmission. Once cases are created, an
evidence technician is then required to create a CD or DVD to be submitted to the Imperial
County District Attorney’s Office at the time the case is submitted. Often times these CDs
and DVDs are lost, creating duplicative work.
The current in-car system downloads via a wireless access point. We recommend
participants of this RFP conduct a site-survey to determine if any of the current
infrastructures can be reused.
Project Purpose and Objectives
The police department estimates a need to purchase 27 in-car camera systems, 61 body-
worn cameras, and two camera systems for interview rooms. The in-car camera systems
should have a minimum of one camera facing to the front of the vehicle to capture video
related to traffic stops and police contacts and one camera located in the prisoner transport
area with low-light capabilities. Ideally the police department would like a secondary
rotatable front facing camera allowing the primary forward facing camera to remain in a fixed
position. One of the in-car systems will be placed on the department’s armored vehicle
used by the Special Weapons and Tactics team (SWAT). This system will be required to
provide 360º recording capabilities.
The proposed solution shall provide the ability to unify all camera data within a single
system and all cameras shall have the ability to download data via Wi-Fi or wireless access
CHAPTER 1: PAGE 3
points. This equipment is required to meet the highest standards of durability and reliability
in a 24-hour law enforcement environment. The solution must withstand many years of
extreme hot/cold cycles typically found in vehicles in use in the Imperial County, California
climate.
The proposed solution should cover costs associated with all equipment,
subscription(s), software, storage, on-site training, on-site installation and
operational costs for a period of five years.
Primary Objectives
The project’s primary objectives are:
1. Purchase and install 27 in-car camera systems inside of the marked police vehicle
fleet which consists of, (3) K-9 units, (1) SWAT unit, (3) School Resource Officer
(SRO) units and 20 patrol units. Our current fleet consists of the following:
A. 2010 Chevrolet Tahoe (1)
B. 2013 Chevrolet Caprice (5)
C. 2015 Ford Explorer PPV (10)
D. 2016 Ford Explorer PPV (9)
E. 2008 Ford Crown Victoria (1)
F. 2008 Lenco Bearcat armored vehicle (1)
2. Purchase and equip two interviews rooms with cameras and audio at ECPD.
3. Purchase and equip 61 body-worn cameras for all officers and field personnel at
ECPD. (52) Sworn personnel, (3) Community Service Officers, (2) Animal Control
Officers, (1) Parking Deputy, (3) Spares.
4. Provide wireless access points to download in-car and body-worn cameras as
specified in Chapter 4.
Funding
Any contract awarded as a result of this procurement process is contingent upon the
availability of funding.
Chapter 2
Rules of Preparation
CHAPTER 2: PAGE 1
Rules of Preparation
Introduction
The submitted proposal must adhere to the rules and format stated within this chapter (to
ensure a fair and objective analysis of all proposals). All responses must be on the forms
provided in Chapter 3. Additional pages may be attached as necessary. However,
unnecessarily lengthy documents (or marketing materials) are discouraged. Failure to
comply with or complete any portion of this request may result in rejection of a proposal at
the discretion of the City. In this RFP, the terms “vendor”, “proposer”, and “offeror” are used
interchangeably. Likewise, in this RFP, the term Mobile Audio Video System (MAV) refers
to the collective system; including in-car camera systems, body-worn Cameras (BWC) and
back office software, cloud storage, local storage (i.e. servers), wireless access points, et.
al.
General Provisions Regarding Public Nature of Proposals
Government Code Section 6250 et. seq., the Public Records Act, defines a public record as
“any writing containing information relating to the conduct of the public's business prepared,
owned, used, or retained by any state or local agency regardless of physical form or
characteristics.” The Public Records Act provides that public records shall be disclosed upon
request and that any citizen has a right to inspect any public record, unless the document is
exempted from disclosure. Each RFP response becomes a public record at the time the
City of El Centro City Council places an item on its agenda to award a contract. In the event
a proposal contains proprietary trade information, that information must be clearly marked as
such.
Proposer’s Rights regarding Confidentiality of Proposals
The City and/or the police department cannot represent or guarantee that any information
submitted in response to the RFP will be confidential. If the City and/or police department
receives a request for any document submitted in response to this RFP, they will not assert
any privileges that may exist on behalf of the person or business submitting the proposal. If
a proposer believes that a portion of their proposal is confidential and notifies the City of
such in writing, the City may, as a courtesy, attempt to notify the proposer of any request for
the proposal. However, it would be the sole responsibility of that proposer to assert any
applicable privileges or reasons why the document should not be produced, and to obtain a
court order prohibiting disclosure. The proposer understands that the City is not responsible,
under any circumstances, for any harm caused by production of a confidential proposal.
City’s Rights Regarding Confidentiality of Proposals
To the extent consistent with applicable provisions of the Public Records Act and applicable
case law interpreting those provisions, the City and/or their officers, agents and employees
retain the discretion to release or to withhold disclosure of any information submitted in
response to this RFP.
CHAPTER 2: PAGE 2
Project Consultant
Sergeant John Seaman from the El Centro Police Department has been designated as the
Project Consultant for purposes of this RFP. He can be reached at (760) 336-8985 or by e-
mail at [email protected].
Vendor Inquiries
All vendor inquiries must be submitted in e-mail to the following address: [email protected] by
close of business on the deadline for submission of written questions.
Contact with other City employees regarding this RFP is expressly prohibited without prior written
consent. Vendors directly contacting any of these employees during the selection process risk
elimination of their proposal from further consideration.
Deadline for Written Questions
A vendor conference will not be held. Specific questions concerning this RFP should be
submitted in writing, via e-mail, to the Project Consultant no later than 4:00 p.m. Pacific
Standard Time on August 15, 2017. Questions arising after this date will be answered at the
discretion of the City in the form of an addendum. Responses will be available to all proposing
vendors.
Modifications to the RFP
Changes to this RFP shall be made only by formal written amendment(s) issued by the City. In
the event it becomes necessary to revise any part of this RFP, addenda shall be provided to all
vendors who have registered their interest in this project with the City. All addenda issued by the
City shall be considered part of the specifications submitted to the vendors for preparation of their
proposals and should be addressed in the vendor response.
Submission of Proposals
Responding vendors must submit five (5) complete hard copies, one marked “ORIGINAL”, plus
an electronic copy (on CD or other portable medium) with the proposer’s response in any
combination of Word Document, Excel Spreadsheet, or Adobe PDF.
Proposals must be submitted in a sealed envelope or box, marked “Proposal for The City of El
Centro in-car Mobile Audio Video System, Body Worn Camera Program”, and received no
later than 4:00 p.m. Pacific Standard Time on August 31, 2017. Costs should be included in a
separate sealed envelope. Address proposals to:
El Centro Police Department
150 North 11th Street
El Centro, California 92243
Attn: Sergeant John Seaman
The City assumes no responsibility for delays caused by any delivery service. Proposals
received by the City after the above date and time will not be considered. Evaluation of the
proposals is expected to be completed within thirty (30) calendar days after receipt. The failure or
omission to examine any form, instrument or document shall in no way relieve vendors from any
obligation in respect to its proposal.
CHAPTER 2: PAGE 3
Medium of Document
This RFP is the property of the City of El Centro. The electronic version of the RFP is available in
Microsoft Word for use by vendors in preparing their proposal responses. The document may
also be downloaded from the City’s web site at http://www.cityofelcentro.org/police/ (navigate to
the Police Department, and click on ‘RFQs / RFPs’). For written responses, the original format
and page numbering of this RFP should be maintained. Appropriate narrative clarification of
answers is encouraged as needed. However, narrative should be provided on additional pages in
order to maintain the original format and pagination (e.g., Exhibits, Attachments, etc.). Any
omissions or errors in the submitted proposals are the responsibility of the submitting vendor. Any
other duplication or use of this document is prohibited.
Cost of Preparation of Proposal
The City will not be responsible for any costs incurred by the proposer for the preparation,
printing or negotiation process. All such costs shall be borne by the proposer.
Notification of Withdrawal of Proposal
Proposals may be modified or withdrawn prior to the date and time specified for proposal
submission by an authorized representative of the vendor by formal written notice. Proposals
submitted will become the property of the City after the proposal submission deadline.
Errors and Omissions
The vendor shall point out to the City, and not be allowed to take advantage of, any obvious
errors and/or omissions in these specifications or in the vendor's specifications submitted with
his/her proposal.
Rights to Pertinent Materials
All responses, inquiries, and correspondence relating to this RFP and all reports, charts, displays,
schedules, exhibits, and other documentation produced by the vendor that are submitted as part
of the proposal shall become the property of the City after the proposal submission deadline.
Acceptance Period
Proposals must provide sixty (60) calendar days for acceptance by the City from the due date for
receipt of proposals.
News Releases
News releases and all other related information (e.g., recommendations, etc.) pertaining to this
project shall not be made available to anyone without prior approval by the City.
Right to Reject Proposals
All proposals will be reviewed by the Project Consultant to determine compliance with
administrative requirements and instructions specified in this RFP. The City reserves the right to
reject any and all proposals or any part of any proposal, to waive minor defects or technicalities,
or to solicit new proposals on the same project or on a modified project which may include
portions of the originally proposed project as the City may deem necessary in its interest.
The City reserves the right to cancel the award of a contract at any time should the vendor fail to
comply with the terms and conditions of this RFP. In all matters relating to the cancellation of this
CHAPTER 2: PAGE 4
RFP, the City shall be the sole judge of its best interest and vendor compliance with terms and
conditions.
Demonstrations
As part of the evaluation process the City may require demonstrations of similar systems and/or
specific applications that are installed and operational. At the direction and request of the City,
finalist vendors should be prepared to submit to rigorous field testing, demonstrate applications
and answer questions from the Project Consultant or other designees. All costs of the field testing
and demonstrations are the vendor’s responsibility. Additionally, the City may require visits to
existing installations of comparable systems. The City will be responsible for costs associated
with visiting other installations.
Business Ethics
No Gifts and Gratuities: Vendors shall not directly or indirectly offer anything of value
(such as retainers, loans, entertainment, favors, gifts, tickets, trips, favors, bonuses,
donations, special discounts, work, or meals) to any City employee, volunteer or official, if it
is intended or may appear to a reasonable person to be intended to obtain or give special
consideration to the vendor. An example is giving a City employee sporting event tickets to a
City employee that was on the evaluation team of a bid you plan to submit. The definition of
what a “benefit” would be is very broad and could include not only awarding a contract but
also the administration of the contract or the evaluation of contract performance. The rule
works both ways, as it also prohibits City employees from soliciting items of value from
vendors.
No Conflict of Interest: Vendor (including officer, director, trustee, partner or employee)
must not have a business interest or a close family or domestic relationship with any City
official, officer or employee who was, is, or will be involved in selection, negotiation, drafting,
signing, administration or evaluating Vendor performance. The City shall make sole
determination as to compliance.
Evaluations
Initial Determination of Responsiveness:
Proposals will be reviewed initially to determine, on a pass/fail basis, whether they meet all
administrative requirements specified in this RFP.
The City reserves the right to determine at its sole discretion whether a vendor’s response to
a mandatory requirement is sufficient to pass. However, if all responding vendors fail to
meet any single mandatory item, the City reserves the right to either: (1) cancel the
procurement, or (2) revise or delete the mandatory item.
Evaluation Procedure
Responsive proposals will be evaluated strictly in accordance with the requirements stated in this
solicitation and any addenda issued. The evaluation of proposals will be conducted by an
evaluation team, composed of representatives selected by the Chief of Police or his designee,
which will determine the ranking of the proposals.
CHAPTER 2: PAGE 5
Items in Appendix A, Checklist for Responsiveness, must be included as part of the proposal.
Items marked “scored” are those that are awarded points as part of the evaluation conducted by
the evaluation team. The City, at its sole discretion, may elect to select the top-scoring vendors
as finalists to make an oral presentation and/or demonstration to the evaluation team.
Each member of the evaluation team will provide independent scoring, which will then be added
together and averaged to arrive at total points awarded in each of the categories listed below.
Award Criteria
The award of this RFP will be based on the following criteria and other criteria identified in
this solicitation.
Section Possible Points
Vendor Response 200
Cost/Pricing 200
System Abilities 600
Total Possible Points 1000
Vendor Response (200 pts):
The evaluation team will review the vendor response and assign a score. The evaluation
team need not award all possible points and will score consistent with their values and best
professional judgment. The evaluation team will primarily focus on the considerations stated
in the solicitation. The scoring may be performed in isolation or together as a group, or a
combination of both.
Criteria to be considered in this area may include, but are not limited to, the following:
1. The quality, availability and suitability of the supplies, equipment or services to
the particular use required.
2. The ability, capability and skill of the bidder to perform the services required.
3. Whether the bidder has the financial resources and facilities to perform or
provide the services promptly, or within the time specified without delay or
interference.
4. The character, integrity, reputation, judgment, experience and efficiency of the
bidder. This may be determined by contacting the references provided.
5. The bidder’s record of performance on previous contracts or services, including
compliance by the bidder with laws and ordinances relative to such contracts or
services.
6. The ability of the bidder to provide future maintenance and service for the use of
the equipment or materials to be purchased.
CHAPTER 2: PAGE 6
Cost/Pricing (200 pts):
The vendor with the lowest cost proposal will receive the maximum (200) cost evaluation points.
Those proposals with higher costs will receive proportionately fewer cost evaluation points based
upon the lowest cost proposal.
Example of Cost evaluation:
Vendor A:
(Lowest cost/pricing
$19,000.00 = 200 Points
Lowest cost bid receives all 200 available points
Vendor B:
(2nd Lowest cost/pricing)
$21,000.00
$19,000.00 / $21,000.00 = .9047 * 200 = 180.95 Points
Lowest Bid / Higher Bid = Percentage of Available Points * Available Points = Points Awarded
System Abilities (600 pts):
The evaluation team will review the business requirements and assign a score. The
evaluation team need not award all possible points and will score consistent with their
values and best professional judgment. The evaluation team will primarily focus on the
considerations stated in the solicitation. The scoring may be performed in isolation or
together as a group, or a combination of both. Scoring breakdown will be:
100 pts – Body-Worn Cameras
100 pts – In-Car Solution
75 pts – Storage Solution & Video Transfer
100 pts – User Access and Functionality
50 pts – Training and Tech Support
75 pts – Evidence Management tools
50 pts – Auditing and Reporting
50 pts – Optional Upgrades or Services
Oral Presentations, Product Demonstration, and Field Testing may be required
Should oral presentations, product demonstrations, or field testing become necessary, the
City will contact the top-scoring vendors and any proposed vendor team members to
schedule a date, time and location. The vendor representative(s) attending the oral
presentation shall be technically qualified to respond to questions related to the proposed
solution. Commitments made by the vendor at the oral interview, if any, will be considered
binding. Oral presentations and product demonstrations, if any, will provide an opportunity to
adjust the original scores.
CHAPTER 2: PAGE 7
Should field testing be required, the vendor will be responsible for all costs associated with
the field test; including the storage of all data during the field test period, costs associated
with the installation and removal of the system and all other associated costs. Field test will
run no less than 30 days and no more than 90 days.
Exceptions to the RFP
The format of the RFP must be followed and all requested information must be submitted as
indicated. However, the City is receptive to any additional suggestions pertaining to phasing and
scheduling of equipment installation and software implementation, additional related capabilities,
and any alternative methods of obtaining any portion of the system requirements.
The information in this section does not need to be returned with the vendor’s proposal.
However, if vendors have any exceptions and/or assumptions to any of the terms and conditions
in this RFP, they MUST identify in detail their exceptions and/or assumptions in their response.
In order for any exceptions and/or assumptions to be considered they MUST be documented.
The City will not accept additional exceptions and/or assumptions if submitted after the proposal
submission deadline.
Discrimination and Equal Opportunity
It is the policy of the City of El Centro to afford all people an equal opportunity to bid on any
contract being released by the City. The City of El Centro has a policy that prohibits discrimination
against any person because of race, religion, national origin, sexual orientation, gender, marital
status, age, disability, or veteran status in the award or performance of any contract. The City of
El Centro will require its employees, agents and contractors to adhere to this policy.
City Council Approval
The City Council may, at its discretion, reject, accept or modify any proposal recommended to it
by the evaluation team.
Admissibility of Evidence
Vendor should be able to provide documentation establishing that its technology has
undergone rigorous field-testing by an independent and relevant scientific body. The
documentation would form the basis of a defense to any scientific challenge mounted under
the Frye or Daubert Standards. Vendors shall be willing to provide an expert witness to
testify in a court of law, and to support court cases utilizing information from their MAV, at a
reasonable fee. Please include expert witness fees in your proposal.
System Features and Functionality
RFP specifications have been developed using various manufacturers’ sample
specifications and brochures. As a result, it is possible that the City has listed a
specification that is unique to one manufacturer. It is not the City’s intent to specify
equipment unique to a single manufacturer. A vendor who meets most, but not all, of the
City’s specifications and requirements, including training, support, and delivery
requirements, may be found to best meet the needs of the City. The City reserves the right
to consider the advantages of each proposal and to waive specific individual requirements if
the overall proposal is the most advantageous to the City.
CHAPTER 2: PAGE 8
Independent Contract Agreement
All applicable terms and conditions will be incorporated into any resulting contract. The City
reserves the right to obtain the most favorable terms and may require vendors to modify their
proposals. In addition, the successful vendor will be required to enter into a written agreement
with the City wherein the vendor will undertake certain obligations relating to the implementation
and performance of the MAV system. These obligations may include, but are not limited to, the
following:
Knowledge of Conditions: Before submitting a proposal, vendors must carefully examine this
RFP and inform themselves thoroughly as to all aspects of the work pursuant to the
requirements. Pleas of ignorance of conditions or difficulties that may be encountered in the
execution of the work pursuant to this document as a result of a failure to make the necessary
examinations or investigations shall not be accepted for any failures or omissions on the part of
successful vendors to fulfill, nor shall they be accepted as a basis for any claims whatsoever for
extra compensation or for the extension of time.
Inclusion of Documents: A copy of the RFP and the proposal submitted in response will be
included as part of the final contract with the selected vendor. In addition to the completed
proposal, a resulting purchasing contract may include, but not be limited to, written
correspondence, e-mails or facsimiles between the City and the vendor subsequent to proposal
submission.
System Acceptance Test and Accountability: The selected vendor will develop a system
acceptance plan that shall be submitted to the City for approval. This plan shall include a list of
milestones such as equipment installed, equipment tested, personnel trained, and documentation
delivered. The vendor will be required to submit monthly status reports covering such items as
progress of work being performed, milestones attained, problems encountered and corrective
action taken. The vendor shall attend project status meetings at least once per month during the
course of the entire implementation period or scope of the project, at no additional cost to the
project. The vendor will provide an acceptance test report at the completion of the project.
Project financial reporting and invoicing will be mutually agreed upon.
Project Management Plan: Provide a detailed description of how your company plans to
provide the requested system and services. Describe steps taken to ensure a start-up date that
will allow for completion in a timely fashion and the expected availability of equipment and
personnel to support the proposed time line.
Vendor’s Project Manager: The selected vendor shall provide a Project Manager with authority
to act for the duration of the project. In the event the vendor’s Project Manager is unavailable or
a need to replace the Project Manager arises, notification of the change and the replacement’s
qualifications must be submitted to the Project Consultant in writing no less than seven days in
advance.
Insurance: The successful vendor shall not start work until all insurance requirements meet the
approval of the City’s Risk Manager. The prime vendor is also responsible for all sub-contractor
insurance requirements. Duplicate copies of original insurance policies required by this
agreement shall be provided to the City’s Risk Manager. The vendor shall agree to furnish and
CHAPTER 2: PAGE 9
maintain in full force and effect, during the period of this agreement, insurance coverage meeting
the requirements outlined in Appendix D.
Warranty: Any vendor-provided software is to be under warranty for one year from date of
acceptance. The warranty shall require the vendor to be responsible for all cost of parts, labor,
field service, pickup and delivery related to repairs or corrections during the warranty period. The
vendor warrants that the items furnished will conform to its description and any applicable
specifications shall be of good merchantable quality and fit for the known purpose for which sold.
This warranty is in addition to any standard warranty or service guarantee by the vendor to the
City.
All equipment furnished shall be guaranteed by the vendor for a minimum period of one year
against defects in design, material, and workmanship. The warranty period shall begin with
acceptance of the completed work. Warranty repairs to correct discrepancies identified during this
period will include labor and materials at no cost to the City. Any faulty equipment that, in the
judgment of the City, is not reasonably repairable shall be replaced by the vendor as a warranty
action.
Vendors shall include a quote for full parts and labor extended manufacturer’s warranty for a
period of sixty (60) months from date of acceptance.
Ongoing Maintenance and Support: Vendors shall include a list of their capabilities and
experience in providing maintenance service for all aspects of the MAV system. This should
include the average response time, number of trained technicians, support tools and any other
information to provide a good understanding of the vendor’s maintenance program. Please
include information on the experience and technical expertise of staff and information on the
quality of the proposed ongoing maintenance and support.
Preventative Maintenance: The selected vendor or approved third party vendor shall provide
all maintenance during the five-year contract period. Access to the operators and vehicles shall
be coordinated in advance.
Corrective Maintenance: Vendors shall provide the following:
Estimated response times to subsystem faults and vehicle subsystem problems
Estimated time to repair or replace equipment under warrant or maintenance agreement
A reliable method for telephonic problem notification
Sufficient on-hand supply of repair parts and materials
Single Vendor Responsibility: The intent of this RFP is to allow any qualified vendor to submit
a proposal as a prime contractor. Use of subcontractors is permissible as long as the prime
contractor accepts the responsibility for total project implementation. The City shall have the right
to approve or disapprove subcontractors prior to award of contract.
Costs: All costs must be itemized and vendors must fill out all appropriate cost pages in
Chapter 3 (or replica of these pages) and a separate Excel spreadsheet may be included to
CHAPTER 2: PAGE 10
outline activity or similar means of itemizations. Identify all costs including expenses to be
charged for performing the services necessary to accomplish the objectives described in this
RFP. Your quotation must include all staff costs, administrative costs, travel costs, and any other
expenses (e.g., for transportation, container packing, installation, training, out of pocket
expenses, etc.) necessary to accomplish the tasks and to produce the deliverables under
contract. Vendors are required to collect and pay California State sales tax at a rate of 8.5%, if
applicable. The City will not be liable for any costs associated with the preparation, transmittal or
presentation of any proposals or material submitted in response to this request for proposal.
Pricing: The evaluation process is designed to award this procurement not necessarily to the
vendor of least cost, but rather to the vendor whose proposal best meets the requirements of this
RFP. Vendors are encouraged to submit proposals that are consistent with efforts to conserve
City resources.
No Best and Final Offer: The City reserves the right to make an award, without further
discussion, of the responses submitted; i.e. there will be no best and final offer procedure
associated with selecting the apparently successful vendor. Therefore, the vendor response
should be submitted on the most favorable terms that vendor can offer.
Payment Schedules: The City will require a payment schedule based on defined and
measurable milestones. The final payment will be withheld pending final acceptance after the
system has been successfully deployed for all initially designated users. Payments for
implementation services based on completion and approval of project milestones may include,
but are not limited to, the following:
Integrated Camera System
Milestone Implementation Milestone for Payment % of Contract Price
1 Upon execution of contract and receipt of hardware 25%
2 Upon installation of in-car camera systems, servers,
software, Wi-Fi equipment and all body-worn camera
devices
50%
3 Acceptance following the 60-day acceptance period 25%
Upon termination of any contract entered into as a result of this RFP process, any prepaid fees,
subscriptions, and/or services will be refunded to the City, less prorated fees to cover time of
service.
Leasing Options: The City may, at its discretion, choose to lease the products covered in this
RFP. Please include applicable information in your response as it pertains to three and five year
lease options.
Installation: Installation of selected equipment will be performed by vendor selected, and City
approved, individuals. Equipment installed in emergency vehicles will not interfere with any
emergency equipment. No equipment provided by the vendor will interfere with any operational
system or subsystem in use by the police department. Quotes should include the costs
associated with installation of all equipment and software involved in this RFP. Installations shall
CHAPTER 2: PAGE 11
be neat and clean with cables being hidden to the extent possible and must meet the Project
Vendor’s approval.
Training: The City requires the successful vendor to provide on-site training, at no additional
cost, to the Auto Shop mechanics or City-approved subcontractors and to the Information
Technology Department technicians for each of the police department employees who will be
performing initial troubleshooting, minor repairs, and maintenance on the systems after they are
installed.
The successful vendor shall provide on-site operating and user training to police department
personnel in a classroom “train-the-trainer” environment. This may require several days of
training to cover personnel assigned to shift work. The vendor shall provide a sufficient number
of experienced and qualified staff, along with the appropriate training materials, to conduct such
training at the identified facilities and be willing to offer future training as needed. Please submit
any additional estimated costs for future trainings with your submission. Training is a critical issue
for the El Centro Police Department. In preparing your response, be prepared to address the
number of persons to be trained at each presentation , estimated hours of training and the
availability of training medium materials (including photocopies, electronic formats and
videotape).
City’s Information Technology Department: Vendor responses should detail the level of
involvement needed from the City’s Information Technology Department beginning with the initial
purchase to day-to-day activities to include their involvement in updates, upgrades, etc.
Use of City Facilities: To the extent the Contractor obtains permission to, and does, use City
facilities, space, equipment or support services in the performance of this Agreement, this use
shall be at the Contractor’s sole discretion based on the Contractor’s determination that such use
will promote Contractor’s efficiency and effectiveness. Use of City facilities is provided to assist
the Contractor in fulfilling the requirements under this Agreement and is not a requirement
imposed by the City. The Contractor will return any facilities, space, equipment or support
services to the original condition they were provided in at the time the Contractor began said use.
Software Licenses: All software package purchases for use under this contract shall name the
City of El Centro as the license holder.
Software Defects: The vendor shall promptly correct all software defects for which the vendor is
responsible, within a time period agreed upon by the City and the vendor.
Management Information Subsystem: The City’s local area network operates in a Microsoft
Windows environment. Proposed systems should be capable of operating on Microsoft SQL
Server 2012 and Oracle 11g, or similar supported operating platforms. Software should have
Open Data Base Connectivity (ODBC) for interfacing with other open architecture software.
Software must provide functionality for system management such as:
• Control of system access
• Control of system timing
CHAPTER 2: PAGE 12
• Maintenance of the database
• Data archiving and retrieval
• Creation and generation of operational reports
• Monitoring and reporting of system status
At the time of delivery, the selected vendor shall submit complete technical information, graphs,
photographs, or other means to fully describe the proposed equipment. In the event that the
information furnished by the vendor is at variance with the minimum requirements of any item of
these specifications, the vendor shall explain in detail with full engineering support data reasons
why vendor’s proposed equipment will meet the City’s specifications.
In the event the successful vendor is no longer able to support, enhance, and further market their
product, the vendor shall make available the relevant source code pertaining to their purchased
system, assuming the City is active and up to date on their support service contract.
System Requirements: The proposed MAV solution shall be new, current production
equipment. Used equipment will not be accepted. In addition, the basic design of all equipment
offered shall be in full commercial production and shall not be prototype models.
Detailed equipment specifications are itemized in Appendix B.
Vendors should also provide recommended configurations for the hardware and software
systems needed to store, retrieve, and manage the MAV media. Systems include, but are not
limited to, rack-mounted file servers, storage solutions, cloud storage, hybrid cloud/on-site
storage, and any management system software not included in the MAV systems itself. The City
may purchase these systems through a separate purchasing process or in conjunction with the
MAV systems.
Indemnification: Vendors shall defend, indemnify and hold harmless the City, its officers,
officials, employees, designated volunteers (reserves) and agents from or on account of any
injury or damage received or sustained by any person or persons during or on account of any
operation proximately connected with the provisions of any provided services by vendor, its
suppliers or subcontractors, their agents, employees, or for the vendor or their agents names
responsibility for, or for both; or by consequence of any negligent act or omission in connection
with the same; or by use of any improper materials or by or on account of any act or omission of
vendor, its suppliers, subcontractors, or the agents or employees.
Further, vendor agrees, at its own expense, to defend, indemnify and hold harmless the City, its
officers, employees, agents and designated volunteers, from any and all claims, costs, including
attorney fees or liability arising from or based upon the alleged violation of any applicable laws,
ordinances or regulations and all suits and actions of every name and description that may be
brought against the City which could result from any operation or activity under this contract to be
awarded whether such activity or operation be performed by vendor or subcontractor or by
anyone directly or indirectly employed by either.
CHAPTER 2: PAGE 13
Patents and Royalties: Vendor, without exception, shall indemnify and hold harmless the City,
its officers, officials, employees, designated volunteers (reserves) and agents from any liability of
any nature or kind, including costs and expenses for or on account of trademark, copyrighted,
patented, or non-patented invention, process or article manufactured or used in the performance
of the contract, including its use by the City. If the vendor uses any design, device or materials
covered by patent, trademark or copyright, it shall be mutually understood and agreed without
exception that the proposal prices shall include all royalties or costs arising from the use of such
design, device or materials in any way involved in the work.
Resolution of Disputes: The vendor and City agree that in the event of any controversy,
dispute, or claim between the City and the vendor arising out of, in connection with or in relation
to the interpretation, performance or breach of this agreement, including but not limited to any
claims based on contract, tort or statute before filing a lawsuit the parties mutually may agree to
submit the matter to Alternative Dispute Resolution pursuant to the laws of the State of California.
In that case, the vendor and City shall select a third party arbitrator or mediator. All forms of
Alternative Dispute Resolution may be used except binding arbitration. The proceedings shall be
conducted in accordance with the laws of the State of California.
Background Checks: The successful vendor will be required to authorize the investigation of its
personnel proposed to have access to non-public areas in any of the participating law
enforcement facilities. The scope of the background check is at the discretion of the City.
Proposed staff will be required to provide their full legal name, date of birth and social security
number.
Notice to Proceed: Will be issued after the City receives the fully executed contract.
Other: The City will require vendors to provide, under the final contract such items as
performance guarantees for response time, capacity guarantees, system availability, rights to
source code, and system acceptance criteria. The selected vendor should be prepared to commit
to these items.
Payments will be made only after completion and acceptance of the work. If the timing of the
performance does not allow for that, or otherwise under the terms of the grant, the selected
vendor will be required to provide a letter of credit or performance bond in a form acceptable to
the City to guarantee completion and acceptance of the work.
The selected vendor may offer product enhancements, either in quantity or feature, so as to
make its bid more appealing to the City.
CHAPTER 2: PAGE 14
Key Events and Projected Dates
Listed below are target dates by which the City expects certain events to be completed:
~ Estimated Procurement Schedule ~
Release of Request for Proposals August 1, 2017
Deadline for Submissions of Written Questions 4:00 P.M. Pacific
Standard Time
August 15, 2017
Response to Written Questions August 22, 2017
Proposal Submission Deadline 4:00 P.M. Pacific
Standard Time
August 31, 2017
Contract Award October 1, 2017
(approximate)
Completion of Proposed Solution January 31, 2018
~ City of El Centro Reserves the right to revise the above schedule ~
Chapter 3
Vendor Response
CHAPTER 3: PAGE 1
Vendor Response
Introduction
All responses must be submitted on this form (or its copy).
A: RESPONSE INSTRUCTIONS
This Chapter establishes the format and specific content for vendor response to this
proposal, as follows:
Subsection A: The current section.
Subsection B: Requires general information regarding the vendor’s company and
subcontractors (if any).
Subsection C: Requires vendor reference information.
Subsection D: Provide a summary of the proposed solution, documentation and installation
approach.
Subsection E: Requires information regarding any Computer Hardware, System Software,
Network Communications Architecture, or other solution components proposed.
Subsection F: Requires information about the plan for implementing the proposed solution.
Subsection G: Requires information regarding warranty and maintenance services to be
provided.
Subsection H: Requires information regarding vendor contractual responsibilities.
Subsection I: Requires specific pricing information.
Subsection J: Requires information on any exceptions to RFP terms and conditions.
Each subsection in this chapter is mandatory and will be scored.
Vendors are required to respond to all questions in one of three ways:
1. Provide information where requested directly in the spaces indicated; or
2. Provide information requested in an attachment clearly indicating the page number
and item number to which responding; or
3. Instead of an attachment, provide the information requested (e.g., description,
explanation) immediately below the question or request for information.
Adherence to the overall format of the RFP is required. Vendors who omit responses may
be deemed unresponsive and risk being eliminated.
CHAPTER 3: PAGE 2
B: VENDOR GENERAL INFORMATION
Company Name:
Local Address Serving
The City:
Headquarters Address:
Representative(s)
Name Title Phone Number and
E-mail Address
Company Information
How many years has the company actively
participated in in-car and body-worn camera
solutions? ______ years
How many employees does the company have?
Nationwide: ____ employees In local office: ____ employees
Provide Dun & Bradstreet number
CHAPTER 3: PAGE 3
Vendor Collaboration / Subcontractor Services Overview
Please fill in the appropriate company name in the column next to the product or
service to be provided by that vendor.
Role or service
Provided By
Vendor Name(s)
a. Prime Contractor
b. Maintenance Services
c. Training
d. Other (Describe)
e. Other (Describe)
C: VENDOR REFERENCES
CHAPTER 3: PAGE 4
Instructions: Complete the reference list as indicated for a minimum of three organizations that have used the proposed solution, or
similar services, from your company. Total Installed Sites: __________
Name, Address, Contact, Title, and Phone Number
Services Provided Technology
Provided
Operational
Applications
Date Service or
Technology
Provided
(1)
(2)
(3)
Chapter 3: Vendor Response
CHAPTER 3: PAGE 5
D: SUMMARY OF SOLUTION
Provide a summary of the proposed solution, documentation and installation approach: 1. Proposed Solution
Please provide a description of your proposed solution to achieving the City’s
goals and objectives as stated in this RFP. The City welcomes innovative and
alternative solutions, and reserves the right to select an alternative approach
when it is deemed in the best interest of the City.
2. Documentation
Identify the user manuals, business process guides, or other documentation that
your company plans to develop during the initiative.
3. Installation
Provide a timeline, which depicts the milestones necessary to implement the
proposed solution. Identify the roles and responsibilities of the vendor and the
City in the timeline.
4. Maintenance, Support, and Warranty
Describe the duration and level of warranty covering the proposed solution,
including hardware or software components if applicable. Explain the roles of the
City and Vendor for maintenance or repair issues, and clarify what coverage is
provided by the vendor or manufacturer. If applicable, include options for
extending warranty coverage beyond the included duration. Note the City
requires a minimum of one-year coverage for all hardware, software, and
services. This is a five-year program. Include all costs for services,
support, warranty, etc. for the five-year term. Vendors must also include
the cost to maintain the program (subscriptions, services, support, etc.) in
year six and beyond.
CHAPTER 3: PAGE 6
E: COMPUTER HARDWARE, SYSTEM SOFTWARE, AND ENDPOINT ACCESS
1. Server Hardware and Roles
If your solution includes new computer hardware, please describe each
component of the system that will fulfill a server role (i.e. application server, web
front end server, database server, etc.). Indicate whether the solution may be
installed and supported on existing server infrastructure, and provide the
minimum hardware and software requirements.
In general, the City is inclined toward self-hosted solutions, however “cloud
hosted” or other datacenter/co-located/offsite solutions, or hybrid versions
thereof will be considered. Vendors are encouraged to submit proposals for
both self-hosted and cloud storage solutions; however, each proposal must be
submitted separate of the other (including costs).
Functional role (database, web, staging, integration, etc.)
Hardware requirements (RAM, storage, cores)
Included with solution or installed on existing hardware?
2. Supported Platforms and Endpoint Requirements
If your solution includes software to be installed on or accessed from computer
workstations, please describe the minimum required hardware and software
specifications for those devices. List all supported platforms and versions
(Microsoft Windows, Mac OS, etc.). If use is available from mobile devices
(tablets, smartphones, etc.), list which platforms and versions are compatible,
and briefly describe any functional difference.
Platform (Windows, MacOS, iOS, Android, etc.). List minimum or supported version(s).
Functionality available
CHAPTER 3: PAGE 7
3. Miscellaneous equipment
Please describe any other physical equipment or hardware, including but not
limited to mounting racks and other furniture, interface devices, or data
storage/backup.
4. Scalability and License Model
Please provide the following minimum information for each scalable parameter of your solution. All costs associated with these factors should be clearly identified in the Vendor Costs section.
Component Minimum Required
Supported by proposed solution
Cost per growth increment
User Accounts 100
Concurrent User Logins 50
Database Capacity TBD by Vendor
Retention Two Years
Other (add rows as necessary)
CHAPTER 3: PAGE 8
5. Database Management System
a. All databases are compliant with open system standards such as ODBC? Y/N ___
b. All databases use the relational database model? Y/N ___
c. Data dictionaries and schema information are provided to client for all databases? Y/N ___
d. City provided with full read access to data for potential integration with other systems? Y/N ___
e. Database technology used? (SQL, Oracle, other) ______
6. Additional Information
a. Please provide a diagram (or diagrams) showing, in detail, all proposed hardware and networking components and connectivity. The diagram(s) shall include centralized computer room components as well as an overall representation of the network and peripherals. Any component that is listed in Hardware Costs shall be included and identified in the diagram(s). Diagram(s) attached? Y/N ______
b. What delivery lead time (from date of contract signing) is anticipated for hardware? Days __________
CHAPTER 3: PAGE 9
F: IMPLEMENTATION AND TRAINING
1. Installation
a. Describe the hardware and software installation services to be performed included in this proposal:
b. Describe any customer installation responsibilities:
c. Describe the onsite and/or offsite software installation procedure, and the vendor’s need for physical or remote access:
2. Training
a. Indicate the hardware and software training included in this proposal. All training costs should be identified in the Vendor Costs section.
Course Description: Applicable For: Hours:
Total:
CHAPTER 3: PAGE 10
b. Describe any training alternatives:
3. Documentation
Please attach and clearly identify additional published reference material for all proposed hardware and related peripherals. Attached? Y/N ______
4. System Maintenance and Operation – City Requirements
Describe any periodic functions that must be performed by City staff to ensure proper continued operation of the system. Describe any utilities that are provided to assist in the performance of each required function.
(1) Backups
(2) Database administration
(3) User Account maintenance
(4) Identify the estimated annual downtime for the above actions
(5) Other
CHAPTER 3: PAGE 11
G: WARRANTY AND MAINTENANCE
1. Length of warranty for all components and services of the solution:
2. Please list the types of support offered (phone, e-mail, on site) the provider of the
support (vendor, manufacturer, other) and the hours of day when support is
available. If any options are at additional cost (such as after-hours phone support
or on-site visits), please indicate that rate.
3. Will you guarantee a fixed maintenance cost?
Hardware Y/N Software Y/N
No. of Years No. of Years
4. List additional services provided for the hardware, network and software under the terms of the agreement at no additional cost to the City.
5. What are the City’s obligations following a new release/major redesign of an application?
a. Is there mandatory installation of the new release? Y/N _____
(1) How soon? Months _____ (2) Is there an additional charge for the new release? Y/N _____ (3) Is conversion assistance provided, if necessary? Y/N _____ (4) Is new documentation supplied? Y/N _____ (5) Is additional training provided? Y/N _____ (6) Is maintenance continued for the old release? Y/N _____ (7) How long? Months _____
CHAPTER 3: PAGE 12
H: VENDOR CONTRACTUAL RESPONSIBILITIES
1. Who would be the authorized negotiator?
Name/Title:
Phone Number:
2. To the best of your knowledge, does your company have current pending or threatened litigation regarding any public safety systems? Y/N _____
If yes, explain in detail.
3. Acceptance Period
The City requires a minimum 60 calendar day acceptance period from the date that the system is fully operational. During that time, the product(s) must successfully pass a series of reliability, performance and functionality tests.
Describe the level of support that will be provided during the 60-day
acceptance period.
4. Include copies of your standard contract and/or licensing agreements for:
Included?
a. Hardware Purchase/Lease Y/N _____ b. Hardware Maintenance Y/N _____ c. Software Purchase/License Y/N _____ d. Software Maintenance Y/N _____
CHAPTER 3: PAGE 13
I: PRICING SCHEDULE
This section requires a detailed breakdown of all prices for the proposed solution. All prices
are to be stated as firm fixed amounts, except where requested on a different basis. All
prices must be detailed; no additional charges (e.g., for sales tax, transportation, container
packing, installation, training, out-of-pocket expenses, etc.) will be allowed unless so
specified. Prices must be unbundled and separately listed, including recurring costs that are
associated with third-party vendor-provided hardware and software. Vendors must complete
all applicable price pages in this section. Totals from each section are to be summarized on
the final two pages. Sales taxes are to be shown for each item and in the Vendor Pricing
Summary pages. Vendors may choose to use their own spreadsheet printouts for
submission of prices. However, page headers, column headers, number of columns,
number of rows, and row labels must conform to the enclosed pricing pages.
1. Computer Hardware, System Software, Network and Other Equipment
2. Ancillary Equipment
3. Other Costs or Services (e.g. cloud storage)
4. Optional Costs
5. Vendor Cost Summary
a. One-Time
b. Annual Recurring
CHAPTER 3: PAGE 14
1. Hardware, System Software, Network and Other Equipment
If proposed, list all hardware, software, networking, or other equipment included with your
solution. The total dollar figure should agree with the totals in the Vendor Pricing Summary.
Description
Model,
Part # Qty Price
Tax
(8.5%)
Annual
Maintenance
Expense
CHAPTER 3: PAGE 15
2. Ancillary Equipment
List below any recommended ancillary equipment needed to support the system and include
the prices of each. The total dollar figures should agree with the Ancillary equipment totals in
the Vendor Pricing Summary.
DESCRIPTION
Model,
Part # Qty Price
Tax
(8.5%)
Annual
Maintenance
Expense
TOTAL PRICE $ $ $
CHAPTER 3: PAGE 16
3. Other Costs or Services
List all other costs that would be associated with implementation of your solution, including
installation, training, or integration. Prices not identified will not be accepted in a final
contract.
TOTAL OTHER COSTS $
CHAPTER 3: PAGE 17
4. Optional Costs, Upgrades, or Additions
Provide information and pricing estimates for any optional features, components, upgrades,
or services (e.g. video activation triggers, smart phone integration, etc.) that the City might
consider as part of this procurement.
Initial Cost
Annual
Recurring
Total $
For any item or service not specified in this solicitation, what are your hourly
rates?
Training $ Project Management $
Programming $ Installation $
Design $ Other $
CHAPTER 3: PAGE 18
5. Vendor Cost Summary – One Time Costs
Provide a summary of all one-time pricing for the system you are proposing. Any subtotals
carried forward to this page should agree with the corresponding detail pages.
Solution Component (Hardware, Software, etc.) One-Time Cost
Subtotal $
Sales Tax (8.5%)
Freight
TOTAL ONE-TIME COST (EXCLUDING OPTIONS) $
Optional Costs
Other Proposed Options
Sales Tax (8.5%)
Freight
Total One-Time Options Cost $
TOTAL ONE-TIME COST (INCLUDING OPTIONS) $
CHAPTER 3: PAGE 19
6. Vendor Pricing Summary – Recurring Costs
Provide a summary of all recurring costs for the solution you are proposing. Any subtotals
carried forward to this page should agree with the corresponding detail page. Note:
Recurring cost should be factored in to the overall quote over the terms of the five-
year program.
Solution Component (Hardware, Software, etc.) Annual Recurring Cost
TOTAL ANNUAL RECURRING PRICE $
(without options)
Total Recurring Price on Optional Items
TOTAL ANNUAL RECURRING PRICE $
(with options)
CHAPTER 3: PAGE 20
J: EXCEPTIONS TO RFP TERMS AND CONDITIONS
Please use the space below to list and describe in detail any exceptions to the RFP terms
and conditions. Include any exceptions to the project requirements as stated in Chapter 4.
Chapter 4
Requirements
CHAPTER 4: PAGE 1
Requirements
This section provides greater detail of the functional and nonfunctional requirements for the
proposed solution. Any exceptions to these requirements must be noted in the proposal.
Integrated In-Car and Body-Worn Solution
Current Technical Components
The police department currently utilizes the following applications and components that may
interact with the proposed solution:
Computer Aided Dispatch - provided by Spillman Technologies as a Database
Management System
Records Management System– provided by Spillman Technologies as the Database
Management System
L3 Communications V-One mobile data computers utilizing the Sierra Wireless
GX450 modem
Getac V110 mobile data computers
Verizon Wireless is the police department’s cellular/data service provider
Rimage 5410N Professional DVD robot (burner)
Estimated In-Car and Body-Worn Camera Annual Shift Counts
The El Centro Police Department operates a number of various shifts and divisions. The
following information is provided in an effort to assist vendors with accurately understanding
the amount of video captured on a weekly basis by our officers.
Patrol – Two 12-hour shifts per day, one dayshift and one night shift, for a total of
four shifts per week. The average shift consists of a supervisor and five to six
officers with each officer equipped with in-car and body-worn cameras. However,
depending on the unforeseen circumstances, the shifts could go up to 16 hours per
day.
Investigations – Four overlapping 10-hour days per week. The detective bureau has
one supervisor and five detectives that are each equipped with body-worn cameras.
Investigators are on-call and the 10 hour day could be extended depending on the
unforeseen circumstances.
School Resource Officers – 9/80 work schedule. One supervisor and three school
resource officers are equipped with in-car and body-worn cameras.
CHAPTER 4: PAGE 2
K-9 Unit – Two overlapping 10-hour shifts. Two K-9 officers are equipped with in-car
and body-worn cameras. K-9 officers are on call and depending on the unforeseen
circumstances the 10 hour day could be extended.
Special Enforcement Detail – 10-hour shifts. One supervisor and two officers are
each equipped with in-car and body-worn cameras. Due to the nature of the
unpredictable work schedule the 10 hour day could be extended.
Community Service Officers – 10-hour shifts. Two community service officers are
each equipped with body-worn cameras.
Animal Control Officers – 8-hour shifts. Two animal control officers are each
equipped with body-worn cameras.
Parking Deputy – 8 hour shift. One parking deputy equipped with body-worn camera.
Retention of Video Recording and Data
California Government Code §34090.6 (et.al.) requires the retention of “routine video
monitoring … including mobile in-car video systems” for a period of one year. Proposals
should include storage minimally capable of meeting these requirements.
Purge of Expired Data
All videos in the system will have expiration dates that may vary by category or crime type
after their entry into the database, or from the original date which the data was created. After
this period, the record and its associated videos must be deleted. Should a change in
retention policy occur, all persisting videos must be able to have their lifespan extended or
reduced accordingly.
System and Hardware Requirements
In-car cameras systems must fully integrate with all BWC hardware and software. All
camera systems should be fully operational regardless of weather, daylight or nighttime
conditions.
Body-Worn Cameras
BWCs should meet the following specifications:
1. BWC worn by officers shall be lightweight, preferably six ounces or less in total
combined weight.
2. BWC shall have minimal wiring, not exceed two wires or cables and shall be
designed to disengage to prevent the wearer from becoming entangled.
3. BWC shall have recording capability of at least ten continuous (10) hours (with
preference given to systems with twelve (12) hours of continuous recording
capability).
4. BWC must have a minimum stand-by battery life of ten (10) hours without recharging
or additional batteries, with pre-record on.
CHAPTER 4: PAGE 3
5. BWC shall be user friendly that can be activated easily during times of stressful
events.
6. BWC should have automatic triggers, as a standalone system.
7. BWC must have a minimum of thirty-two (32) GB internal/integrated memory without
the ability to remove storage media.
8. Rechargeable battery must be able to withstand at least three hundred (300)
charging cycles, maintaining the 10 hour record time.
9. BWC lens must have a field of view from 95 to 145 degrees.
10. BWC recording speed shall be no less than 30 frames per second (fps)
11. BWC shall record video images in full color with a minimum resolution of 640 pixels x
480 pixels. Adjustable resolution is preferable.
12. BWC shall have multiple mounting options to accommodate varying uniformed
officers, plain-clothed officers, and tactical field situations. Examples include, but are
not limited to, lapel, shoulder, eyeglasses, cap, helmet, holster, button shirt, zipper
shirt, utility belt, tactical vest, etc. Mounts should not require modification to current
in-service uniforms.
13. BWC shall provide feedback to user when activated, either via a visual indicator or
audible tone.
14. BWC shall have the ability to be set to stealth mode while in the field.
15. If the BWC offers night vision enhancement, the police department shall have the
ability to enable or disable it.
16. The System should provide automatic indexing functionality of video files and be
capable of interfacing with existing computer-aided dispatch (CAD) vendor.
17. BWC shall automatically embed a time/date stamp in the recorded video.
18. BWC must prevent users from deleting recorded files without authorization.
19. BWC should have a method for adding desired metadata to video in the field prior to
upload.
20. Officers should have the ability to playback or view video in the field on mobile
cameras and/or MDC’s
21. BWC shall have a pre-event record feature (should capture at least thirty (30)
seconds of video prior to officer initiating the recording). Adjustable times are
preferable.
CHAPTER 4: PAGE 4
22. The multi-dock station must simultaneously charge the BWC batteries, securely
transfer files without loss of quality or metadata, and delete the files from the BWC
once transferred to the evidence management system.
23. The multi-dock station should not require a department computer to operate, connect
or interface with the Internet (e.g. the multi-dock station should be a standalone
device that connects to the cloud storage solution or server via an Ethernet
connection).
24. BWC should not cause electromagnetic interference with nearby airwave radios (and
other electronic equipment and radio communication systems).
25. Loss of power to the BWC must not cause data to be lost / corrupted.
26. BWC will be ruggedized. BWC shall be able to survive a six-foot drop test. BWC
shall be able to operate at minimum temperature of -12 degrees Fahrenheit and a
maximum temperature of 130 degrees Fahrenheit.
27. Vendor shall define the required time for automated indexing (specific time frame
after upload of video evidence) and any expected error rate percentage upon
indexing, if applicable.
28. Vendor must state the transfer rate of video from the multi-dock station to the cloud
in sixty or thirty-minute increments. Vendors shall break down transfer rates by
video quality (i.e. Hi Def).
29. Describe BWC wireless activation features (e.g. BWC is automatically activated with
the activation of patrol vehicle’s light bar), if applicable.
In-Car Solution
All mobile video systems and related audio equipment must conform to the applicable
minimum standards as set by the following: Electronic Industries Association (EIA); Federal
Communications Commission (FCC) rules/regulations; Institute of Electrical and Electronic
Engineers (IEEE); International Organization for Standardization (ISO); National Highway
Transportation Safety Administration (NHTSA); Society of Automotive Engineering (SAE);
and Underwriters Laboratories Inc. (UL).
In-car solutions should meet the following specifications:
1. The minimum acceptable components consist of the following parts:
a. Front camera;
b. Backseat camera with infrared capability;
c. Color LED monitor with audio;
d. Ability to integrate audio and video with existing MDCs to eliminate the need
for the color LED monitor;
CHAPTER 4: PAGE 5
e. BWC must act as a wireless transmitter for audio;
f. Covert secondary hard-wired microphone;
g. Digital Video Recorder (DVR);
h. Integrated GPS receiver and antenna;
i. Collision sensor;
j. Means to transfer media from in-car to storage solution;
k. Video viewer capability;
l. All mounts and cables for power, interfaces, cameras, antennas, etc.;
m. Wi-Fi access points for wireless video off-load; and
n. Fixed end equipment
2. A collision sensor covering 360 degrees, to trigger recordings, without requiring
connection to the vehicles airbag system, shall be included. If a collision is detected,
the video recorder (including pre-event memory) shall be automatically activated so
the collision and video leading up to the collision is recorded.
3. Provide the ability for the officer to quickly categorize the incident in the field by
toggling through an agency defined list.
In-Car DVR Specifications:
1. The DVR shall mount in standard equipment consoles between the seats, or
overhead and be capable of being installed as to not hinder the operation of the
police unit.
2. The DVR shall minimally be capable of recording two video inputs from a powerful
zoom, forward-facing camera, and a wide-angle rear-facing camera.
3. The DVR shall provide a choice of at least one of the following upload options:
a. Wireless Ethernet provided 802.11n base station includes encryption,
supports multiple simultaneous uploads and is upwardly scalable. The
system should be capable of comfortably uploading from multiple vehicles
simultaneously. In addition, a backup upload system must be provided,
should the wireless transfer system fail.
b. Removable Hard Disc Drive (HDD) with provided hard drive docking stations
that support plug and play hard drive insertion.
c. Removable Compact Flash Device-Device with provided docking stations that
support plug-and-play flash card insertion.
CHAPTER 4: PAGE 6
d. Cellular - Upload media via LTE connectivity that is compatible with the Sierra
Wireless GX450 modem.
4. The DVR shall have the ability to record up to 12 hours of video before reaching the
capacity of the storage media at maximum resolution.
5. Video resolution, frame rates, and quality on the DVR shall be preset but can be
changed by Agency Managers. These settings shall be independently configurable
for recording modes of both video cameras.
6. The DVR shall require a security feature (key, admin software rights) to prevent
unauthorized users from accessing the on-screen menus to adjust video settings and
perform file management functions.
7. The DVR shall include a GPS receiver to provide vehicle position, course and speed
information. The GPS receiver shall also be used to set the internal DVR clock to
the proper time and date so that all vehicles display and record proper time.
8. The DVR should include indicators visible inside of the vehicle to confirm that the
system is recording and that the wireless audio transmitter is activated. Officers
should be able to enter a covert mode so occupants in the backseat are unable to
determine if the system is recording.
9. The DVR shall be capable of initiating a recording by both automatic and manual
means. The DVR shall begin recording automatically when any of the following are
activated:
a. Vehicle’s emergency lights;
b. Siren; and
c. The systems integrated crash sensor. (This activation shall include capturing
the "look back" buffer memory to video-record the collision, should it be in
view of the active camera.
10. The DVR shall minimally record two audio tracks simultaneously with the video
signal and record all cameras simultaneously.
11. The audio input associated with the forward-facing camera shall record audio using
the internal microphone inside the vehicle. When the wireless audio transmitter /
BWC are activated, the audio input shall be automatically switched to the wireless
audio transmitter’s microphone. The system shall automatically revert to the internal
microphone when the wireless audio transmitter / BWC are deactivated.
Synchronized playback functions should allow the user to select one or more than
one audio track during playback and view multiple video images (in-car and BWC)
side-by-side.
CHAPTER 4: PAGE 7
12. The DVR shall include a programmable pre-event recording mode allowing it to
capture images a minimum of 30 seconds prior to the activation of the RECORD
mode. Specify pre-event recording capability of proposed DVR.
13. The DVR shall be capable of capturing date/time, user identification information,
emergency light indication, siren indication, speed indication (w/ radar interface),
braking indication, and whether the microphone is activated. The information shall
not be overlaid on the recorded video, and should be stored as secured metadata.
14. The DVR shall allow video to be played back in the vehicle. When the DVR PLAY
button is pressed a list of all prior recordings should appear on the display screen
provided.
15. The DVR shall record video in a format that allows playback on multiple devices.
16. The DVR shall provide a means to ensure the integrity of the recorded video has not
been compromised. The video must be able to be authenticated at any time,
including when it is played back outside of the police vehicle.
17. The Control Center/DVR firmware shall allow in-system programming for future
updates.
18. The DVR or related display (Mobile Data Computer, tablet etc.) shall have backlit
controls for record; stop; play/pause; forward/reverse, fast forward/ reverse; trace,
and lighted indicators for power on; record; and play.
19. The power control switch shall allow the DVR to automatically power on after the
vehicle’s ignition is switched on.
20. The DVR shall automatically power down 30 minutes after the vehicle’s ignition is
turned off provided the DVR is not in “Record” and is not in the process of
downloading files or other type of file save.
21. The DVR should provide a means to tag an incident at the time it is recorded with a
priority designation. Once a recording is stopped, the DVR should automatically
prompt the officer to select from the pre-defined drop-down list(s).
22. The DVR shall be capable of operating within the range of interior temperatures
found within a law enforcement vehicle in Imperial County without the need for
supplemental heating or cooling.
Color Camera Specifications:
1. The solid state color camera shall not be subject to burn in, introduction of geometric
distortion, not be affected by magnetic fields and shall be highly resistant to damage
from vibration and shock. The camera shall be resistant to nighttime blooming and
smearing from light sources.
2. The camera shall be a compact single unit, including power lens, mounted on the
windshield or rear view mirror of the vehicle and operate on 12v DC and should offer
CHAPTER 4: PAGE 8
a minimum of 720P in 16:9 wide screen HD format. The camera shall also offer low
light capability with an illumination of 1 lux or lower at full shutter speeds and 0.05
LUX in night view mode.
3. The camera shall contain a lens with at least a minimum of 10X optical zoom lens.
The camera shall provide a horizontal field of view at a minimum of 55 degrees.
4. The camera shall operate within the range of temperatures from 0 to 120 degrees
Fahrenheit or between -17.8 and 48.9 degrees Celsius.
5. The camera shall be compact so as not to obstruct the driver’s forward or peripheral
view thru the windshield, or provide any obstruction of factory installed airbags or
mirrors.
6. The camera shall provide a minimum field of view of 24 feet width at distance of 35
feet (40 degrees).
7. The camera shall have manual and automatic focus capabilities, which are user
selectable. The camera shall automatically adjust for varying light levels from day to
night. The camera and lens will be equipped with auto focus, automatic exposure,
and automatic white balance. All cameras shall default to auto focus. An override
system should be configurable to prevent operation while the vehicle is in motion.
8. The camera shall have a minimum color resolution of 450 horizontal lines.
9. The camera shall offer a signal-to-noise ratio of at least 46db.
10. The camera shall have backlight compensation setting.
11. The camera shall mount with a heavy-duty controlled pivot mount that does not
obstruct the driver’s field of view. Camera shall be able to be rotated 360 degrees
and can pan and tilt to +/- 90 degrees. Adjustment shall require no tools.
12. An optional rear view camera shall be available.
Back Seat Camera Specifications:
1. The back-seat camera shall provide a wide angle image with approximately 420 lines
of resolution.
2. The rear-facing camera shall be capable of being mounted covertly in the cab.
3. The rear facing camera shall be capable of recording the entire rear seat area of the
police vehicle.
4. The rear-facing camera shall utilize infrared illumination to capture video in no-light
conditions.
Color LCD Monitor Specifications:
1. The monitor shall be a full color high quality LCD, active matrix (TFT) screen that
measures at least 3.0” measured diagonally.
CHAPTER 4: PAGE 9
2. The monitor shall be capable of displaying a live picture from the camera when
powered, even if recording is not in progress.
3. The monitor shall operate between 32 and 120 degrees Fahrenheit.
4. The monitor shall include a system speaker, with volume control, to provide
monitoring of live audio or playback from all system microphones.
5. The monitor shall have controls/indicators that mimic the DVR and include record;
stop; play/pause; forward/reverse; brightness; volume; and power. The monitor
should also include a button for disabling the monitor when the system in standby,
and accessing a menu for programming.
6. The monitor should have the capability to display: date/time, user identification
information, emergency light indication, siren indication, latitude and longitude, speed
(w/radar interface), braking indicator and microphone activation indicator. The
information shall not be overlaid on the recorded video; rather, it should be stored as
external secure meta-data (or equivalent) in the video file.
7. The monitor should support a full-screen video mode (without the auxiliary data)
using a single key press on the control center.
8. The monitor shall operate independently from the recording device. For covert
operation it should possible to operate the DVR in RECORD mode with the monitor
turned off.
9. The monitor shall be provided with an adjustable mounting bracket that will allow it to
be mounted in a variety of locations within the law enforcement vehicle.
10. The monitor shall have the capability to display the approximate amount of storage
remaining on the media in an HH:MM format. An audible beep or other form of tone
shall warn operator prior to or when there is 10%, or less, time remaining on the
media.
Microphone Specifications:
1. The BWC shall act as a digital wireless microphone that is incorporated into
the in-car camera system.
2. The system must include an in-car microphone. The in-car microphone shall be
mountable anywhere within the vehicle.
3. Audio from the interior microphone and the wireless microphone/BWC shall record
on separate audio channels.
4. The wireless microphone/BWC shall be self-contained and include a re-chargeable
battery; mountable charger/docking station; internal microphone; internal antenna.
CHAPTER 4: PAGE 10
5. The wireless microphone/BWC should be capable of automatically activating the
DVR system; additionally, the wireless audio transmitter/BWC shall be capable of
being activated by the DVR system when a recording is started.
Control Center Specifications:
1. The control center shall be compact in design and mounted overhead, or in the
equipment console between the seats.
2. The control center shall not obstruct the driver’s forward or peripheral view or provide
any obstruction of factory installed airbags or mirrors.
3. The control center shall not require any permanent modifications to the police
vehicle.
4. The control center shall accommodate the mounting of the front and rear-facing
cameras, the monitor and keypad.
Unified Video Management Database
The proposed solution should consist of a Video Management System that is capable of
organizing/managing video and digital evidence. This may be comprised of the following: 1)
an externally hosted, cloud-based, data storage solution; 2) on-site server based system; or
3) a hybrid solution. The Video Management System should be accessible via the internet
to multiple users simultaneously. The police department prefers to see several options
presented, each independently priced to assist in determining which solution best meets the
needs of the police department.
Storage – Server and Hosted Solutions
The City and police department will consider proposals that include a local server or off-site,
cloud-based and/or hybrid storage solutions. Vendors may present as many options as they
choose. Each proposed solution must be submitted separately. If a server based video
management back office component is proposed, a schematic of the back-end infrastructure
shall be included with responses to the RFP.
The proposed file storage shall include sufficient storage to comfortably manage video that
would be generated from the MAV system and proposed solution in this RFP. Every
proposal shall include all costs associated with a turn-key solution.
Turnkey – is defined as a successful installation that provides for a complete, effectively
functioning in-car and body-worn camera solution including all components and other
required elements to permit effective recording and use of all video in a law enforcement
environment as described in this document. All video information will be sent directly to the
local server or hosted solution where it will be maintained.
Local Server
Vendors submitting proposals that include on-site storage shall include a Dell brand server
(identify model and specifications) in the quote provided. Proposals must include the
purchase of the server, installation and any necessary setup to make the project turn-key.
CHAPTER 4: PAGE 11
Cloud-based and/or Hybrid Solutions
Vendors may submit proposals for solutions with alternative means of storage. Alternative
solutions can be cloud-based but must meet all requirements of this RFP. Proposals must
include the cost of the storage and any associated costs, on-going or reoccurring fees
associated with the storage solution, installation and any necessary setup to make the
project turn-key.
Cloud-based solutions must meet all Criminal Justice Information Services (CJIS)
requirements and should be ISO 9001 certified. All data maintained on a hosted solution
shall remain the sole property of the El Centro Police Department.
Video Transfer to Storage Server
The proposed solution shall be equipped to transfer recorded images, audio and data to the
selected storage media for long-term storage. The transfer of this data shall be automatic
and shall not require any action by the officer. Transfer of recording should occur anytime a
MAV equipped vehicle is parked in its normal parking area. All transfer of data shall be
encrypted to prevent unauthorized persons from accessing or interfering with the recordings.
The transfer technology shall be capable of restarting a transfer when interrupted and
continuing where it left off. The transfer technology shall confirm the accuracy of the files
before deleting the originals from the vehicles’ DVR. The system shall be able to download
a minimum of 10 vehicles and BWC simultaneously.
User Access and Functionality
Back Office Software
The back office software should work as an evidence management tool accessible via web
browser capable of supporting multiple simultaneous users with a range of permissions.
The system should allow users to locate video evidence quickly and manage criminal cases
effectively while ensuring chain-of-custody is protected.
Searching the Database
Users must be able to search for video evidence in the back office software by entering any
combination of the following parameters:
Start Date and End Date, including time of day with a minute level of precision.
Unit number, officer name or defendant/witness name, vehicle license, case number
or custom event tags.
Location and proximity range. This could be a geocoded address field, lat/long
coordinates, or other functionality for allowing the user to specify a location and
search radius.
Search results will be returned, including all data associated with the videos. Users must be
able to export those results for offline viewing, such as in CSV or PDF format.
Video and Metadata Playback
Clicking the thumbnail image should start the video media player. The player will play the
video and associated metadata. The player supports typical functions such as play, rewind,
CHAPTER 4: PAGE 12
fast forward, and stop. In addition, the player will display file functions available to the user
based on permissions (verify, export, convert, burn DVD, users should also be able to pause
video and take a screen shot of the image, etc.).
Mapping
GPS position data should constantly be collected during an in-car video and BWC. This
position data should be used to provide an interactive map that updates as the video is
played back. As the video plays, the map updates to show precisely where the car is in each
frame of the video.
The system should prompt users of any potentially related videos based on proximity of
cameras using location data provided by in-car and BWC GPS to find all videos recorded at
or near an event.
File Tagging
All assets managed in the system must be able to be assigned user definable video tags.
These tags can be used to categorize assets. For example, it’s common to tag video with an
incident type and case number. Since tags are user definable, virtually any meta-tag should
be able to be introduced to the system.
Video Asset Verification
The evidence management system should use a SHA-2 hash to verify that the file ingested
into the management system is an exact duplicate of the file recorded in the vehicle. The file
verification can be performed at any point forward on demand. The application will
automatically verify an exact duplicate anytime an asset is moved from one storage location
to another.
Chain of Custody
A full evidentiary audit trail must be recorded in the system. A chronological report can
quickly be generated to document who has accessed a file, what file operations have been
performed on the file, and when they were performed. Reports should also be able to be run
by user or other selection criteria. All reports need to be printable.
User or Group Permissions
The software shall provide for selective access to video files based upon user privileges.
Agency Managers shall have the ability to restrict individual users to various types of
incident files. Group rights should be established for managing users in the system, where
users can be established and added to a group with pre-existing rights assigned. Access
rights should allow Agency Managers to secure files down to the video file. Under a file
folder structure, video shall be able to be grouped and rights can be assigned at a folder
level.
Digital Evidence Retention Policy and Workflow Management
The system should provide a configurable and easy-to-use structure for automatically
managing digital evidence based on the type of event and retention period. Once digital
evidence is tagged, the system can be configured to automatically trigger a workflow
process based on the police department’s retention and storage policy. The video
CHAPTER 4: PAGE 13
management must be automated with rules and associations based on police department’s
digital evidence retention policy. For example, the system will be configured to manage a
given type of offense, (e.g. DUI) for three years in primary storage and transfer to secondary
storage for an additional five years; then to the recycle bin automatically.
Comprehensive Video File Management
The system must maintain all metadata associated with a video asset. Triggers and other
metadata are to be integrated with the player, and viewable upon playback. This system
needs to support all standard media types, as well as proprietary file types by associating
the related codecs and compatible player.
Exporting
The system shall be capable of exporting video files in any common file format for play by
Windows Media Player, Real Player and standard video software. The software shall
provide for export of the video files to virtually any digital recording media including to CD,
DVD, Zip Drives, etc.
Submission and Sharing of Digital Evidence
The proposed solution must offer the ability for officers to attach a group of videos to a
specific case file capable of being identified by the police department’s case number. This
collective case file should offer the ability to import additional digital evidence (e.g. digital
photographs, 9-1-1 audio, radio audio, etc.) to be incorporated into one digital evidence file
for purposes of submission to the district attorney’s office.
The system should provide the ability to share video recordings to designated e-mail
recipients such as the district attorney’s office. The e-mail should include instructions on
how to access the shared link and permissions and roles shall determine what type of
access is available to the user. Each shared video shall have an expiration dates which
should be customizable by Agency Managers.
Video and Audio Redaction
Vendors should include information related to automated video and audio redaction in their
proposals. Redaction software should be capable of quickly scanning entire video clips and
blurring deleting or altering faces based on a facial recognition algorithm or similar method
and muting voices related to uninvolved or protected parties. The redaction software should
be capable of beginning at a selected part of the video or throughout the entire video clip.
Password policy
Passwords must conform to industry standard strong password requirements, including
multiple types of characters, and a minimum password length. Agency Managers should be
able to set user passwords to expire and should require a change of password for the
account to remain active. Users should be notified once when 14 days remain, then again
when 7 days remain, before password expiration. Deactivated accounts should remain
present so they may be re-activated by the Agency Manager without being recreated.
Password assistance should be provided to users by sending an e-mail to their registered e-
mail address with a hyperlink, or other functionality, for resetting their password.
CHAPTER 4: PAGE 14
Auditing
The audit trail is critical in the records management aspect of this project. It is mandatory to
document ALL activity in the database by user ID, date/time, and type of MAV action. For
auditing search activity – the audit trail shall include: who searched for a video, who viewed
a video, who exported a video with reasons documented.
The software SHALL provide administrators with an audit trail of every action associated
with a video in the database. The audit trail shall include, but not limited to, the following:
Date/time imported to database
Login/logout - date & time by user ID
All actions including viewing, searching, modification to template (before & after data
export)
Export procedures should include mandatory free form comment section to
document the reason for export (preferably a drop down) and to document any
release of a video from the video system
Agency Managers must minimally be able to export all audit data in PDF and Excel formats.
The back office software must incorporate the information listed above. The audit log should
identify which user, by ID, was responsible for each action and shall include the date, time
and IP address (if applicable) of each action.
Other Equipment/Options
The police department will consider awarding extra points to proposals that include the
following options:
1. BWC which download and charge without the need for cables or connectors (e.g.
docking station)
2. Video Recording Triggering:
a. Weapon or other belt carried equipment removal.
b. Automatic record activation for shotgun/rifle removal
c. Other record mechanisms (specify)
3. Mobile device applications are a preferred option. These applications should be
available for both Android and iPhone and should allow for user to create cases in
the field, without having to return to the station to create cases for court purposes or
other reasons.
4. Ability to continuously capture video (buffer memory) for a programmable period of
time to allow for review of incidents after they have occurred and in the event the
officer failed to activate the recorder or of trigger failure. Provide specifics.
CHAPTER 4: PAGE 15
5. Panoramic camera options that offer a wider field of view in addition to the color
camera requirements listed above. The panoramic camera should be a compact
camera that has two high definition cameras contained in one housing with a 140
degree panoramic view and a 70 degree forward facing camera.
6. Integrated facial recognition (Please describe capabilities and requirements in detail).
7. Automated License Plate Recognition (Please describe capabilities and
requirements in detail).
Additional Requirements
Additional requirements for this RFP can be found throughout this document and specifically
in Chapter 2 under the heading, “Independent Contract Agreement.” Please review this
document in its entirety to ensure proposals meet each of the requirements set forth herein.
Completion Date of January 31, 2018
All development, installation, training and delivery of the solution should be completed by
January 31, 2018.
APPENDIX A: PAGE 1
APPENDIX A
CHECKLIST FOR RESPONSIVENESS
This checklist is provided for Bidder’s convenience and identifies the documents to be
submitted with each Response. Any Response received without any one or more of these
documents may be rejected as being non-responsive.
One (1) original Letter of Submittal - signed by a person authorized to legally obligate
the Vendor and submitted with the proposal.
Proposal submitted on or before 4:00 p.m. on August 31, 2017
Proposal Contains the Following:
Completed Subsection B (Chapter 3), General information regarding vendor’s
company
Completed Subsection C (Chapter 3), Vendor References
Completed subsection D (Chapter 3), Summary of proposed solution, documentation
and installation approach
Completed Subsection E (Chapter 3), Information regarding computer hardware,
system software, network communications and other components
Completed Subsection F (Chapter 3), Plan for implementing proposed solution
Completed Subsection G (Chapter 3), Warranty and maintenance services
Completed Subsection H (Chapter 3), Vendor contractual responsibilities
Completed Subsection I (Chapter 3), Pricing information
Completed Subsection J (Chapter 3), Exceptions to RFP terms and conditions
Completed APPENDIX B, Requirements
Completed APPENDIX C, Offer, Certifications and Assurances
APPENDIX B: PAGE 1
APPENDIX B
Requirements (MANDATORY/SCORED)
Please check the appropriate box as to how your product:
a) Meets the requirement, or b) Partially meets the requirement, or c) Requirement is available on future release (provide timeframe), or d) Requirement is not on your roadmap
As well, in the “Description/Comment” section, please provide a description including product information of how your product proposed will meet or exceed our needs. This can include case studies, images, or other documentation. As well, please explain why your product is unique or better than other vendors. Doing so will help the evaluation team during scoring. If you run out of space in the “Description/Comment” column, please feel free to include an appendix and refer to the particular requirement (i.e. 1.1, 1.2, etc…).
1. Vendor Response (maximum 200 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. Describe the quality, availability and suitability
of the supplies, equipment or services to the
particular use required.
2. Describe your ability, capability and skill to
perform the services required.
APPENDIX B: PAGE 2
3. Describe your financial resources and facilities
to perform or provide the services promptly, or
within the time specified without delay or
interference.
4. What information do the references provide
related to the character, integrity, reputation,
judgment, experience and efficiency of the
bidder?
5. The bidder’s record of performance on
previous contracts or services, including
compliance by the bidder with laws and
ordinances relative to such contracts or
services.
6. The ability of the bidder to provide future
maintenance and service for the use of the
equipment or materials to be purchased as
outlined in their response.
APPENDIX B: PAGE 3
2. System Abilities/Body-Worn Cameras (maximum 100 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. Provide the dimensions and weight of the
BWC.
2. Is the in-car extended microphone integrated
into the BWC?
3. Do the in-car system triggers activate the
BWC? (e.g. emergency lights, collision sensor,
etc.)
4. Do the BWC and the in-car solution work
together as a single system to capture and
synchronize video from multiple vantage points
from multiple cameras? (explain)
5. Does BWC allow for on scene (in the field)
viewing? If so, describe the ability to playback
or view video.
6. Does the BWC have an indicator that shows
current operating mode?
7. What is the video compression rate?
APPENDIX B: PAGE 4
8. What is the battery capability in hours for BWC
standby between charges (include information
for prerecording capabilities)?
9. What are the BWC continuous recording
capabilities in hours for the various resolution
rates?
10. What BWC resolution rates do you offer?
11. Does your BWC offer the ability to track the
wearer via GPS and play the location of the
video on a map (similar to Google or Bing
maps) during playback?
12. Does your BWC offer a pre-event recording
capability? Please specify the time frames
available for pre-event recording.
13. What is your BWC Ingress Protection (IP)
rating? (A rating of IP67 is preferred)
14. Describe what features are in place to prevent
accidental activations of BWC by the user
(without the need for accessories or alteration
of equipment by user).
APPENDIX B: PAGE 5
15. Identify the transfer rate of video from the
multi-dock station to the cloud in minute
increments. Vendors shall break down transfer
rates by video quality (i.e. Hi Def).
16. Describe the charging/downloading connectors
and process for the BWC.
17. Describe the BWC field of view in degrees.
18. What is the recording speed of the BWC in
frames per second?
19. Describe the various methods of mounting the
BWC for use by patrol, detective, K-9 and
SWAT level users.
20. Does the BWC notify the user when activated?
Describe how.
21. Describe the BWC’s ability to operate in a
covert fashion.
22. Describe the method for adding desired
metadata to video in the field prior to upload.
23. Describe the functionality of your BWC multi-
dock.
APPENDIX B: PAGE 6
24. Does the multi-dock have the ability to connect
or interface with the storage solution without
the need for a departmental computer?
25. Explain how the BWC will maintain data
without loss or corruption in the event of a
power failure.
26. Describe the BWC capability of performing in
environmental conditions found in the Imperial
County.
27. Describe the ease of start and stop recording
functions on the BWC.
28. Does the BWC offer the ability to take “snap
shots” or still photos?
APPENDIX B: PAGE 7
3. System Abilities/In-Car Solution (maximum 100 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. Does the proposed solution minimally
provide the following?
a. Front camera;
b. Backseat camera with infrared
capability;
c. Color LED monitor with audio;
d. Ability to integrate audio and video
with existing MDCs to eliminate the
need for the color LED monitor;
e. BWC that acts as a wireless audio
transmitter for the in-car system;
f. Covert secondary hard-wired
microphone;
g. Digital Video Recorder (DVR);
h. Integrated GPS receiver and
antenna;
i. Collision sensor;
j. Means to transfer media from in-car
to storage solution;
k. Video viewer capability; and
l. Wi-Fi access points for wireless
video off-load
APPENDIX B: PAGE 8
2. Does the solution provide a collision sensor covering 360 degrees to trigger recordings without the need to connect to the vehicle’s airbag system?
3. If a collision is detected, does the video recorder (including pre-event memory) automatically activate so the collision and video leading up to the collision are recorded?
4. Does the solution provide the ability for the officer to quickly categorize the incident in the field by toggling through an agency defined list?
5. Is the DVR capable of being mounted in standard equipment consoles between the seats, or overhead as to not hinder the operation of the police unit?
6. Is the DVR minimally capable of recording two video inputs from a powerful zoom, forward-facing camera, and a wide-angle rear-facing camera?
7. What upload options are offered?
8. Does the DVR provide a removable Hard Disc Drive that supports plug and play?
APPENDIX B: PAGE 9
9. Does the DVR have the ability to record up to 12 hours of video before reaching the capacity of the storage media at maximum resolution?
10. Can video resolution, frame rates, and quality on the DVR be preset allowing for changes to be made by Agency Managers?
11. Resolution, frame rates and quality settings should be independently configurable for recording modes on each video camera. Please specify levels for:
a. Video resolution
b. Video frame rate
c. Video quality
12. Does the DVR provide a security feature to prevent unauthorized users from accessing the on-screen menus to adjust video settings and perform file management functions? If so, please specify which security features are offered.
13. Does the DVR include a GPS receiver to provide vehicle position, course and speed information?
APPENDIX B: PAGE 10
14. Is the GPS receiver used to set the internal DVR clock to the proper time and date so that all vehicles display and record proper time?
15. Video Recording Triggering Devices
a. Officer
b. Emergency lights
c. Siren
d. Auxiliary input
e. BWC
f. Vehicle speed
g. Crash detection sensor
h. Door
i. Weapon removal (shotgun/Long gun)
j. Other (describe)
16. How many simultaneously recorded audio and video tracks does the system support?
17. Does the DVR include a programmable pre-event recording mode allowing it to capture images prior to the activation of record mode? Specify pre-event recording capability of proposed DVR.
APPENDIX B: PAGE 11
18. Is the DVR capable of capturing date/time, user identification information, emergency light indication, siren indication, speed indication (w/ radar interface), braking indication, and whether the microphone is activated? How is this information stored?
19. Does the DVR allow video to be played back and viewed in the vehicle?
20. Describe how the DVR provides a means to ensure the integrity of he recorded video has not been compromised.
21. Please describe how updates to the Control Center/DVR firmware are made.
22. Describe the system’s ability to tag an incident at the time it is recorded with a priority designation.
23. Specify your DVR’s operating range and acceptability for the extreme temperature range in Imperial County.
24. Describe how your camera(s) are not subject to burn in, introduction of geometric distortion, not be affected by magnetic fields and shall be highly resistant to damage from vibration and shock?
APPENDIX B: PAGE 12
25. Describe how your camera(s) resist nighttime blooming and/or smearing from light sources.
26. Provide a photograph and the dimensions of color cameras that will be mounted inside of police vehicles.
27. Does your solution offer a minimum of 720P in 16:9 wide screen HD format?
28. Does your solution offer low light capability with an illumination of 1 lux or lower at full shutter speeds and 0.05 LUX in night view mode?
29. Describe the zoom (optical and digital) capabilities of your cameras.
30. Describe the field of view provided by your cameras (forward facing and backseat).
31. Describe the automatic and manual focus
abilities of your forward facing color
cameras.
APPENDIX B: PAGE 13
32. Specify how your forward facing cameras
meet the following specifications:
a. Minimum resolution of 450
horizontal lines
b. Signal to noise ratio of at least 46
db
c. Provide backlight compensation
33. Describe the capabilities of the forward
facing camera to be rotated and moved to
record video to the side of the police cars.
34. Specify the lux rating of the backseat
camera.
35. Describe the backseat (covert) camera’s
ability to capture video in lowlight
conditions.
36. Provide dimensions and specifications for
the color LCD module used to view video in
the police vehicle.
37. Does the color LCD module allow for
viewing of live video even when the system
is not in record mode?
APPENDIX B: PAGE 14
38. Does the color LCD monitor have controls /
indicators that mimic the DVR and include
record; stop; play/pause; forward/reverse;
brightness; volume; and power?
39. Does the color LCD monitor include a
button for disabling the monitor when the
system in standby, and accessing a menu
for programming?
40. Does the color LCD monitor have the
capability to display: date/time, user
identification information, emergency light
indication, siren indication, latitude and
longitude, speed (w/ radar interface),
braking indicator and microphone
activation indicator?
41. Does the color LCD monitor allow for
covert operation by allowing the DVR to
RECORD with the monitor turned off?
42. Does the color LCD monitor provide an
audible beep or other form of tone shall
warn operator prior to or when there is
10%, or less, time remaining on the media?
43. Explain how your BWC will act as a digital
wireless microphone for the in-car camera
system.
APPENDIX B: PAGE 15
44. Describe in-car microphones (cabin and
backseat).
45. Do all microphones record on separate
audio channels/tracks? Please explain.
46. Does the activation of the BWC activate
the in-car camera and vice versa?
47. Does the system have shut down timers? Describe the ability to configure shutdown timers, selectable from 0 to 60 minutes each that begin after the ignition is turned off.
a. Timer 1 should simply delay the system’s recognition that the ignition has been turned off.
b. Timer 2 must be a low power state timer that allows video to transfer wirelessly and firmware upgrades to continue.
APPENDIX B: PAGE 16
4. System Abilities/Storage Solution & Video Transfer (maximum 75 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. Describe your proposed storage solution. Provide specifics as to server requirements, cloud storage, etc.
2. Describe how the proposed storage solution meets the minimum requirements of California Government Code §34090.6 and comfortably manage video generated from the in-car, BWC and interview room cameras (MAV system).
3. Describe the solutions ability to set expiration
dates and automate the purging of expired
videos.
4. Describe the solutions ability to retain videos
past the standard expiration date based on
crime classification or pre-determined tags.
5. Describe the solutions ability to transfer video
from multiple devices (BWC and in-car)
simultaneously.
APPENDIX B: PAGE 17
6. Describe how the downloading of BWC video is accomplished
a. Multi-Dock
b. Individual dock
c. USB connection
d. Wi-Fi
e. Alternative method(s)
7. Describe the need for officer interaction in
downloading or transferring of in-car video to
the proposed storage solution.
8. Transfer of recording should occur anytime a
MAV equipped vehicle is parked in its normal
parking area. Explain how this will be
accomplished.
9. Explain how transferred data will be encrypted
to prevent unauthorized persons from
accessing or interfering with the recordings.
10. Explain the transfer technology’s capability of
restarting a data transfer when interrupted and
continuing where it left off and how it will
confirm the accuracy of the files before
deleting the originals from the vehicle’s DVR.
APPENDIX B: PAGE 18
11. If applicable, describe your solution for
mirrored storage locally and storage in the
cloud without additional steps required of the
officer downloading video.
5. System Abilities/User Access and Functionality (maximum 100 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. Explain how the back office software supports multiple simultaneous users with a range of permissions.
2. Provide a brief overview of how the solution allows users to locate video evidence quickly and manage criminal cases effectively while ensuring chain-of-custody is protected.
APPENDIX B: PAGE 19
3. Users may search for video using any combination of the following parameters:
a. Start Date and End Date, including time
of day with a minute level of precision.
b. Unit number, user ID, officer name or
defendant/witness name, case number
or custom event tags.
Location and proximity range. This could
be a geocoded address field, lat/long
coordinates, or other functionality for
allowing the user to specify a location and
search radius.
4. Do search results include all information associated with the video?
5. Can users export results for offline viewing in PDF format?
6. Does playback of video allow the user to pause video and take a screen shot of the image?
7. Does solution allow for playback of multiple videos linking them by time and allowing viewing on one screen (e.g. the review of in-car video, BWC and back-seat cameras all on one screen simultaneously)?
APPENDIX B: PAGE 20
8. Does the in-car and BWC solution provide for GPS data collection and the viewing of GPS location to be shown during playback on an interactive map (For example, as the video plays, the map updates to show precisely where the BWC and/or vehicle is in each frame of the video)? Explain
9. Does the system prompt users of any potentially related videos based on proximity of cameras using location data provided by in-car and BWC GPS to find all videos recorded at or near an event?
10. Does the system identify users of any potentially related videos based on their response to a call as identified by CAD integration?
11. Describe the ability to integrate CAD/RMS into the solution and the level of integration provided.
12. Describe the solutions ability to use definable video tags used to categorize activities.
13. Describe the ability to verify that the file ingested into the management system is an exact duplicate of the file recorded in the vehicle.
APPENDIX B: PAGE 21
14. Describe the ability to develop user and group permissions to restrict individual users to various types of incident files.
15. The solution is capable of maintaining metadata associated with a video asset.
16. Triggers and other metadata are integrated with the player, and viewable upon playback.
17. Solution supports all standard media types, as well as proprietary file types by associating the related codecs and compatible player.
18. The solution is capable of exporting video files in any common file format for play by Windows Media Player, Real Player and standard video software.
19. The software provides for export of the video files to virtually any digital recording media including to CD, DVD, Zip Drives, etc.
20. Individual user IDs and passwords can be issued by the Agency Manager.
21. Passwords can be programed to expire, with notification provided 14 days prior to expiration.
22. Deactivated accounts should remain present so they may be re-activated by the Agency Manager without being recreated.
APPENDIX B: PAGE 22
23. Password assistance should be provided to users by sending an e-mail to their registered e-mail address with a hyperlink, or other functionality, for resetting their password.
24. The software shall store videos and group
videos by both Unit number and Office ID. A
GUI front end with drag and drop capabilities is
the preferred management interface for video
file management.
25. The software database preferred is based on
the Microsoft SQL platform (most current
release).
6. System Abilities/Training and Tech Support (maximum 50 pts.)
Requirement Requirement Requirement Requirement Not
Available
Description/Comment
1. Describe the level of on-site training for all end users prior to, or at the time of, initial deployment?
APPENDIX B: PAGE 23
2. Describe the level of on-site training for Agency Managers for all aspects of the system prior to, or at the time of, initial deployment?
3. Describe the level of back office training to the Agency Manager and department supervisors?
4. Do the end users have access to an online training manual, and user guide (to include self-help troubleshooting)?
5. Does the vendor provide continuous training for updates and new features?
6. Do the end users have 24/7 access to vendor for real time tech support (beyond internal tech support), to help resolve issues as quickly as possible (at no additional cost)?
7. Does the vendor provide an efficient, timely, and documented warranty and/or repair process. Please provide documentation?
8. Does the vendor provide the ability to print documentation of training for use in court?
APPENDIX B: PAGE 24
9. Does the vendor provide access to expert witnesses in the event they are needed at trial (at no additional cost)?
7. System Abilities/Evidence Management Tools (maximum 75 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. The system should provide a configurable and easy-to-use structure for automatically managing digital evidence based on the type of event and retention period, allowing the deletion of archived data based on a customizable retention period.
2. California Penal Code §832.18 recommends that records or logs of access and deletion of data should be permanently retained. How is this accomplished with your proposed system?
APPENDIX B: PAGE 25
3. System must have the ability to integrate with Active Directory. System must have fully customizable user and group based permission that allow administrators to tailor each user's ability to use the system. Specific permissions must be able to allow access to; login and view one's video, other's video, restricted video, export video, evidence management, security management, fleet management, edit event data.
4. Once digital evidence is tagged, the system can be configured to automatically trigger a workflow process based on the police department’s retention and storage policy.
5. The proposed solution must offer the ability for officers to attach a group of videos to a specific case file capable of being identified by the police department’s case number.
6. The collective case file should offer the ability to import additional digital evidence (e.g. digital photographs, 9-1-1 audio, radio audio, etc.) to be incorporated into one digital evidence file for purposes of submission to the district attorney’s office.
7. The system should provide the ability to share video recordings to designated e-mail recipients such as the district attorney’s office.
APPENDIX B: PAGE 26
8. The e-mail should include instructions on how to access the shared link and permissions and roles shall determine what type of access is available to the user.
9. Each shared video shall have an expiration dates which should be customizable by Agency Managers.
10. The data management software shall provide administrative functionality to allow for authenticating user access for retrieval of archived data.
11. Does the redaction software support automated face detection, forward and backward object scanning, and selective audio muting?
12. Describe the redaction process.
13. Does the system provide a full evidentiary audit trail recorded in the system which provides a chronological report that can quickly be generated to document who has accessed a file, what file operations have been performed on the file, and when they were performed?
a. Are these reports printable?
APPENDIX B: PAGE 27
8. System Abilities/Auditing and Reporting (maximum 50 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. Does the proposed service provide permission/security level functionality in order to define user rights and access?
2. Can agency managers view queried records for all employees and individual officers?
a. These should include date and time, last record, query by plate, query by requestor, defendant, officer, or other employee, IP address and browsing of records and hotlists/alerts.
b. Can agency managers export all audit data in PDF and Excel formats?
3. When exporting video, does the system automatically include a standalone playback application to be included with the exported video?
a. When used on another computer, does the playback application run solely from the export media (DVD, USB, etc.) and not require any software installation on the local playback computer?
APPENDIX B: PAGE 28
b. Is the video accompanied by a full audit log showing every time the event was moved, reviewed, or exported with full MD5 hash verification data?
4. Do export procedures include a mandatory free form comment section to document the reason for export and release of video?
a. Is a drop down list of choices available?
5. Does the software have the ability to be installed on premise and have video stored on premise with the option of using the Cloud for sharing video and cases with intended recipients?
a. Does the agency have the ability to control which e-mail addresses and or domains are allowed to be sent links to shares, how long the shares are available for, the type and security of the share and the ability to remove the share at any time?
b. Is all information stored in the Cloud for sharing purposes stored in a government secure data center?
c. Does the video maintain an audit trail for the video when it is exported to the Cloud and when it is viewed or downloaded by the recipient?
6. Is there an audit trail related to redacted
APPENDIX B: PAGE 29
video?
9. System Abilities/Optional Upgrades or Services (maximum 50 pts.)
Requirement Available Partially
Meets
Future
Release
Not
Available
Description/Comment
1. BWC which download and charge without the need for cables or connectors (e.g. docking station).
2. Video Recording Triggering:
a. Weapon or other belt carried
equipment removal.
b. Automatic record activation for
shotgun/rifle removal
c. Other record mechanisms (specify)
3. Ability to enter metadata for videos from a smart-phone or tablet by authorized users.
4. Access to review audio/video from a smart-phone or tablet by authorized users.
5. Ability to continuously capture video for a programmable period of time to allow for
APPENDIX B: PAGE 30
review of incidents after they have occurred and in the event the officer failed to activate the recorder or in the event of trigger failure. Provide specifics.
6. Panoramic camera options that offer a wider field of view in addition to the CCD color camera requirements listed above.
7. Integrated facial recognition (Please describe capabilities and requirements in detail).
8. Automated License Plate Recognition (Please describe capabilities and requirements in detail).
APPENDIX C: PAGE 1
APPENDIX C OFFER, CERTIFICATIONS, AND ASSURANCES
I/we have read and understand all information contained within this entire bid package.
I/we make the following certifications and assurances as a required element of the proposal to which
it is attached, understanding that the truthfulness of the facts affirmed here/ declare that all answers
and statements made in the proposal are true and correct and the continuing compliance with these
requirements are conditions precedent to the award or continuation of the related contract(s).
The prices and/or cost data/bid submittal information has been determined independently, without
consultation, communication, or agreement with others for the purpose of restricting competition.
However, I/we may freely join with other persons or organizations for the purpose of presenting a
single bid. No attempt has been made or will be made by the Bidder/Proposer to induce any other
person or firm to submit or not to submit a proposal for the purpose of restricting competition.
Unless otherwise required by law, the prices and/or cost data which have been submitted have not
been knowingly disclosed by the Bidder and will not knowingly be disclosed by him/her prior to
opening, directly or indirectly to any other bidder or to any competitor.
In preparing this proposal, I/we have not been assisted by any current or former employee of the City
of El Centro whose duties relate (or did relate) to this proposal or prospective contract, and who was
assisting in other than his or her official, public capacity. Any exceptions to these assurances are
described in full detail on a separate page and attached to this document.
The attached proposal is a firm offer for a period of 60 days following receipt, and it may be accepted
by the City of El Centro without further negotiation (except where obviously required by lack of
certainty in key terms) at any time within the 60-day period.
I/we further offer to furnish materials, equipment or services in compliance with all terms, conditions,
and specifications herein including all amendments.
I/we understand the City of El Centro will not reimburse me/us for any costs incurred in the
preparation of this proposal. All proposals become the property of the City of El Centro, and I/we
claim no proprietary right to the ideas, writings, items, or samples, unless so stated in this proposal.
I/we agree that submission of the attached proposal with an authorized signature constitutes
complete understanding and compliance of this Request For Proposals solicitation contents and all
incorporated and attached Appendixes, schedules, and amendments including the sample contract
and general terms and conditions and certifies that all necessary facilities or personnel are available
and established at the time of bid submittal. If there are any exceptions to these terms, I/we have
described those exceptions in detail on a page attached to this document.
(Typed or Printed Name) Vendor’s Signature
(Title) (Date)
APPENDIX D INSURANCE REQUIREMENTS
Without limiting VENDOR’s indemnification of the City of El Centro (hereafter City), and prior
to commencement of work, VENDOR shall obtain, provide and maintain at its own expense
during the term of any agreement or contract, policies of insurance of the type and amounts
described below and in a form satisfactory to the City.
General liability insurance: VENDOR shall maintain commercial general liability insurance
with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount
not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury,
personal injury, and property damage. The policy must include contractual liability that has
not been amended. Any endorsement restricting standard ISO “insured contract” language
will not be accepted.
Automobile liability insurance: VENDOR shall maintain automobile insurance at least as
broad as Insurance Services Office form CA 00 01 covering bodily injury and property
damage for all activities of the Vendor arising out of or in connection with work to be
performed under any agreement or contract, including coverage for any owned, hired, non-
owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for
each accident.
Professional liability (errors & omissions) insurance: VENDOR shall maintain
professional liability insurance that covers the services to be performed in connection with
any agreement or contract, in the minimum amount of $1,000,000 per claim and in the
aggregate. Any policy inception date, continuity date, or retroactive date must be before the
effective date of any agreement or contract and VENDOR agrees to maintain continuous
coverage through a period no less than three (3) years after completion of the services
required by any agreement or contract.
Workers’ compensation insurance: VENDOR shall maintain Workers’ Compensation
Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least
$500,000).
VENDOR shall submit to the City, along with the certificate of insurance, a Waiver of
Subrogation endorsement in favor of the City, its officers, agents, employees and
volunteers.
Other provisions or requirements
Proof of insurance: VENDOR shall provide certificates of insurance to the City as evidence
of the insurance coverage required herein, along with a waiver of subrogation endorsement
for workers’ compensation. Insurance certificates and endorsements must be approved by
City’s Risk Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with the City at all times during the term of any agreement or
contract. The City reserves the right to require complete, certified copies of all required
insurance policies, at any time.
Duration of coverage: VENDOR shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with the performance of the work hereunder by VENDOR, his agents,
representatives, employees or sub-vendors.
Primary/noncontributing: Coverage provided by VENDOR shall be primary and any
insurance or self-insurance procured or maintained by the City shall not be required to
contribute with it. The limits of insurance required herein may be satisfied by a combination
of primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a
primary and non-contributory basis for the benefit of the City before the City’s own insurance
or self-insurance shall be called upon to protect it as a named insured.
District’s rights of enforcement: In the event any policy of insurance required under any
agreement or contract does not comply with these specifications or is canceled and not
replaced, the City has the right but not the duty to obtain the insurance it deems necessary
and any premium paid by the City will be promptly reimbursed by VENDOR or the City will
withhold amounts sufficient to pay premium from VENDOR payments. In the alternative, City
may cancel any agreement or contract.
Acceptable insurers: All insurance policies shall be issued by an insurance company
currently authorized by the Insurance Commissioner to transact business of insurance or is
on the List of Approved Surplus Line Insurers in the State of California, with an assigned
policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in
accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by
the City’s Risk Manager.
Waiver of subrogation: All insurance coverage maintained or procured pursuant to this
agreement shall be endorsed to waive subrogation against the City, its elected or appointed
officers, agents, officials, employees and volunteers or shall specifically allow VENDOR or
others providing insurance evidence in compliance with these specifications to waive their
right of recovery prior to a loss. VENDOR hereby waives its own right of recovery against
the City, and shall require similar written express waivers and insurance clauses from each
of its sub-vendors.
Enforcement of contract provisions (non estoppel): VENDOR acknowledges and
agrees that any actual or alleged failure on the part of the City to inform VENDOR of non-
compliance with any requirement imposes no additional obligations on the City nor does it
waive any rights hereunder.
Requirements not limiting: Requirements of specific coverage features or limits contained
in this section are not intended as a limitation on coverage, limits or other requirements, or a
waiver of any coverage normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or
a waiver of any type. If the VENDOR maintains higher limits than the minimums shown
above, the City requires and shall be entitled to coverage for the higher limits maintained by
the VENDOR. Any available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
Notice of cancellation: VENDOR agrees to oblige its insurance agent or broker and
insurers to provide to the City with a thirty (30) day notice of cancellation (except for
nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each
required coverage.
Additional insured status: General liability policies shall provide or be endorsed to provide
that the City and its officers, officials, employees, and agents, and volunteers shall be
additional insureds under such policies. This provision shall also apply to any
excess/umbrella liability policies.
Prohibition of undisclosed coverage limitations: None of the coverages required herein
will be in compliance with these requirements if they include any limiting endorsement of any
kind that has not been first submitted to the City and approved of in writing.
Separation of insureds: A severability of interests provision must apply for all additional
insureds ensuring that VENDOR’s insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the insurer’s limits of liability.
The policy(ies) shall not contain any cross-liability exclusions.
Pass through clause: VENDOR agrees to ensure that its sub-vendors, subcontractors,
and any other party involved with the project who is brought onto or involved in the project
by VENDOR, provide the same minimum insurance coverage and endorsements required of
VENDOR. VENDOR agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the
requirements of this section. VENDOR agrees that upon request, all agreements with
VENDORS, subcontractors, and others engaged in the project will be submitted to the City
for review.
District’s right to revise specifications: The City reserves the right at any time during the
term of any agreement or contract to change the amounts and types of insurance required
by giving the VENDOR ninety (90) days advance written notice of such change. If such
change results in substantial additional cost to the VENDOR, the City and VENDOR may
renegotiate VENDOR’s compensation.
Self-insured retentions: Any self-insured retentions must be declared to and approved by
the City. The City reserves the right to require that self-insured retentions be eliminated,
lowered, or replaced by a deductible. Self-insurance will not be considered to comply with
these specifications unless approved by the City.
Timely notice of claims: VENDOR shall give the City prompt and timely notice of claims
made or suits instituted that arise out of or result from VENDOR’s performance under any
agreement or contract, and that involve or may involve coverage under any of the required
liability policies.
Additional insurance: VENDOR shall also procure and maintain, at its own cost and
expense, any additional kinds of insurance, which in its own judgment may be necessary for
its proper protection and prosecution of the work.