You are on page 1of 9

Event # 624-0

Name: Evidence Capture & Digital Mgmt Solution


Description: Bexar County is soliciting proposals for an evidence capture and digital management solution.
Solution shall include body-worn cameras, front and rear in-car cameras, interview room
cameras, a digital evidence management system and hosted storage. Respondents are required to
submit the attached Microsoft Excel files as part of their response. The contract term will be
effective for five (5) years upon award and acceptance.

Buyer: Anthony San Miguel Status: Open


Event Type: RFP Currency: USD

Sealed Bid: Yes Respond To All Lines: No


Q & A Allowed: Yes Number Of Amendments: 0

Preview Date: Q & A Open Date: 05/18/2018 04:00:01 PM


Open Date: 05/18/2018 04:00:00 PM Q & A Close Date: 06/08/2018 05:00:00 PM
Close Date: 06/22/2018 10:00:00 AM Dispute Close Date:

Contacts

Type Name Title Phone Number Email Address


BUYER/CONTRACT ANTHONY SAN BUYER/CONTRACT 210-335-6636 asanmiguel2@bexar.org
SPECIALIST MIGUEL SPECIALIST

Questions

Question
Has your organization, any subsidiaries of your organization or any franchise, chain, division, branch under the control of the
corporation, partnership, or headquarters of the organization been under investigation or found in violation by the Department of
Labor or State of Texas for any violation of wage and hour laws, including the Fair Labor Standards Act, within the last 5 years?
If yes, please provide documentation of the investigation, violation, and any fines or penalties assessed.
Has your organization/principals ever been listed on any federal, state, or local list (i.e., GSA/HUD/GAO/TDHCA, or other
federal, state, or local list) of debarred, suspended, or ineligible contractors and grantees? If yes, please provide documentation.
County government is responsible for administering the jail and the judicial system. We value employers who hire ex-offenders
because this reduces criminal-justice recidivism and lends itself to the successful reintegration of offenders who have paid their
debt to society. For informational purposes only, does your company hire ex-offenders?
The 79th Texas State Legislature enacted H.B. 914, creating Chapter 176 of the Texas Local Government Code. This act,
Disclosure of Certain Relationships with Local Government Officers, took effect January 1, 2006. As required by the act, the
Texas Ethics Commission has created a disclosure questionnaire to be completed by vendors. The disclosure requirement applies
to a person who contracts or seeks to contract for the sale or purchase of property, goods or services with a local governmental
entity. Is it your intention to comply by completing, submitting and filing the attached Conflict of Interest Questionnaire (CIQ
form) with the Bexar County Clerk's Office?
Does your organization follow all state and federal equal employment laws?
Reporting of the expenditure data is required to assist with Bexar County's efforts to capture payments to small, minority and
women owned businesses. The attached document, including the Contractor's certification of the information, will become part
of the contract awarded for this project, and the Contractor must report any additions, deletions, or substitutions to this certified
list to the Bexar County Purchasing Department. Please fill out and attach signed affidavit. If none apply, please indicate on
form, sign and attach. Is affidavit attached?

June 1, 2018 Page 1


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

Question
COOPERATIVE PURCHASING: Bexar County has a role in developing and encouraging Cooperative Purchasing efforts
among governmental entities; therefore it would be in the supplier’s best interest to help Bexar County facilitate this cooperative
effort.

A. Should other Governmental Entities decide to participate in this contract, would you, the Supplier, agree that all terms,
conditions, specifications, and pricing would apply?

1) If you, the Supplier, selected yes, the following will apply:

a) Governmental Entities utilizing Inter-Governmental Contracts with Bexar County will be eligible, but not obligated, to
purchase materials/services under the contract(s) awarded as a result of this event. All purchases by Governmental Entities other
than Bexar County will be billed directly to that Governmental Entity and paid by that Governmental Entity. Bexar County will
not be responsible for another Governmental Entity’s debts. Each Governmental Entity will order their own material/services as
needed.

b) Delivery to governmental entities located within Bexar County will be at no charge or as otherwise provided for in the Award
Document. Delivery charges, if any, for governmental entities located outside Bexar County shall be negotiated between the
successful supplier and each governmental entity.

c) Bexar County utilizes County Purchase Orders as its primary means of encumbering funds and pays for goods and services
utilizing supplier invoices. In the event Governmental Entities utilizing Inter-Governmental Contracts use other payment
methods, including but not limited to, purchasing cards, debit cards, check requests or other methods which cause the supplier to
incur service, processing, or other fees, these fees are the responsibility of that Governmental Entity, unless otherwise negotiated
with the supplier.

d) Supplier(s) awarded contract(s) resulting from Invitation for Bids (IFB) shall be responsible for providing to Bexar County, at
no additional charge, a complete list of all governmental entities currently utilizing the contract and their annual expenditures.
This information shall be provided ninety (90) days prior to the expiration of the contract, or as otherwise requested by Bexar
County. Failure to provide the requested information when requested could delay the renewal process.
In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states
that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity
submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the
signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state
agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed
or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016.

The Texas Ethics Commission (TEC) Form 1295 must be completed online at:
https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm and a copy MUST be included as part of your response. The
event/solicitation number shall be entered as the identification number used by Bexar County when completing the online form.

Have you read and attached Form 1295?


Texas Government Code, Title10, Subtitle F, Chapter 2270 prohibits governmental entities from contracting with companies who
boycott Israel and from investing in companies that boycott Israel. Written verification from the company is required to show
that company does not boycott Israel and will not boycott Israel during the term of the contractor. Complete the form and submit
with your solicitation.

Does your company do business with Iran, Sudan or a foreign terrorist organization?

Terms and Conditions

TERMS AND CONDITIONS APPLICABLE TO REQUEST FOR PROPOSAL (RFP)

GENERAL INFORMATION
Bexar County was created in 1836 and organized in 1837 as one of the original counties of the Republic of Texas and is now the
4th most populous of the 254 counties in the State of Texas. The County is located in south central Texas and is a component of
the San Antonio Metropolitan Statistical Area, the nation’s 25th largest Metropolitan Statistical Area. The current estimated
population of the County is 1,855,866 (as of July 2014). Bexar County employs approximately 5,000 individuals and has an
annual operating budget of approximately $1.7 billion.

Commissioners Court is the governing body of the County. It has certain powers expressly granted by the Texas Constitution
and by the Legislature and powers necessarily implied from such grants. Among other things, it approves the budget, determines
the tax rates, approves contracts in the name of the County, and determines whether indebtedness should be authorized and
issued.

The County Judge is the presiding official of Commissioners Court and is elected for a four-year term by the voters of the
County. Each Commissioner represents one of the four precincts into which the County is divided and is elected by the voters of
the precinct for a four-year term.

June 1, 2018 Page 2


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

Other officials having responsibility for the financial administration of the County are the County Tax Assessor-Collector and the
County Clerk (both of whom are elected officials), the County Auditor (who is appointed by the District Judges) and the County
Manager/Budget Officer (who is an employee of Commissioners Court).

RESPONDENTS ARE CAUTIONED TO READ THE INFORMATION CONTAINED IN THIS RFP EVENT CAREFULLY
AND TO SUBMIT A COMPLETE RESPONSE TO ALL REQUIREMENTS AND QUESTIONS AS DIRECTED. FAILURE
TO COMPLY WITH ALL REQUIREMENTS MAY BE USED TO EXCLUDE A RESPONSE FROM CONSIDERATION

AGREEMENT
The successful Respondent selected by Bexar County ("COUNTY") in accordance with the requirements and specifications set
forth in this RFP event will be required to enter into an agreement ("AGREEMENT") with COUNTY.

PUBLIC INFORMATION
Respondent is hereby notified that COUNTY strictly adheres to all statutes, court decisions and opinions of the Attorney General
of Texas relating to the Texas Public Information Act (TEX. GOV’T CODE, Chapter 552). COUNTY considers all information,
documentation and other materials requested in this RFP event to be presumed public AFTER AWARD OF SOLICITATION.

In the event the Respondent believes that any documentation submitted in response to this RFP event is proprietary in nature,
Respondent shall clearly identify the documentation that may be proprietary. Upon receipt of a request for information by
COUNTY, COUNTY will make a good faith effort to contact Respondent of the request, and Respondent shall be responsible for
contacting the Attorney General of Texas for a ruling relating to the status of the documentation.

Responses will be opened so as to avoid disclosure of contents to competing Respondents, and kept secret during the process of
negotiation. However, all proposals shall be available for public inspection after award except for trade secrets and confidential
information contained in the proposals and identified as such.

EVALUATION AND AWARD


Commissioners Court has designated representatives from the Purchasing Department and other COUNTY offices and
departments to review proposals, make evaluations, and offer a recommendation for award based on “best value” to
Commissioners Court.

(1) Respondent shall identify all terms and conditions with which Respondent is not able to comply. Otherwise, it is assumed that
all terms and conditions as specified herein are accepted by Respondent. These evaluation items will be used to compare
Respondent’s product and service offerings. Respondent shall include in the proposal clarification of those terms and conditions
with which Respondent is not able to comply.

(2) COUNTY retains the right to reject all proposals submitted. COUNTY is not required to select the proposal with the lowest
pricing, but shall take into consideration “best value” in accordance with other factors shown below and other relevant criteria.
COUNTY reserves the right to accept any proposal deemed advantageous to COUNTY.
The evaluation criteria for the RFP will be broken down as shown below. After Phase I, respondents shall be selected for the
shortlist and demonstration period. After the demonstration period for each shortlist vendor is complete, proposals will be
evaluated per the Post-Demonstration criteria in Phase II.

PHASE I: PROPOSAL PHASE


Meets and/or Exceeds Specifications (50 points)
Implementation Schedule (20 points)
Financial Information & Price (20 points)
Support Services/Maintenance/Training (10 points)

PHASE II: POST-DEMONSTRATION PHASE


Officer Evaluation (50 points)
Research & Planning Team Evaluation (25 points)
Financial Information & Price (25 points)

SELECTION
Commissioners Court may award a contract to the successful Respondent on the basis of the proposal initially submitted, without
discussion, clarification or modification. In the alternative, selection of the successful proposal may be made by COUNTY on the
basis of negotiation and best value with any Respondent.

(1) COUNTY reserves the right to:


(a) enter into agreements for all or any portion of the requirements and specifications set forth in this RFP event with one or more
Respondent,
(b) reject any and all proposals and re-solicit, or
(c) reject any and all offers and temporarily or permanently abandon the procurement if deemed to be in the best interests of
COUNTY.

(2) Respondent(s) who submit(s) a proposal may be required to make an oral presentation of Respondent's proposal to an
Evaluation Committee and/or Bexar County Commissioners Court.

June 1, 2018 Page 3


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

(3) Negotiations may be conducted with responsible Respondents who submit proposals determined to be reasonably susceptible
to being selected for award. (See TEX. LOC. GOV’T CODE §262.030(e)). All Respondents will be accorded fair and equal
treatment with respect to any opportunity for negotiation and revision of proposals.

(4) Revisions to proposals may be permitted after submission and before award for the purpose of obtaining best and final offers.
Any oral negotiations must be confirmed in writing prior to award. Pricing Data is required to be submitted with the proposal if
specified elsewhere in this RFP event or during the process of any negotiations that may be conducted after receipt of proposals
and prior to award.

(5) COUNTY reserves the right to request clarification of information submitted and to request additional information from any
Respondent. COUNTY reserves the right to reject any and all proposals and to waive minor irregularities in any proposal.

(6) COUNTY reserves the right to award the contract to other qualified Respondents if the primary Respondent selected does not
execute a contract agreeable to COUNTY within thirty (30) days after the award.

RESPONDENT'S ACCEPTANCE OF EVALUATION METHODOLOGY


By submitting a proposal, Respondent acknowledges acceptance of (a) the proposal evaluation process, (b) the Criteria for
Selection, (c) the Specifications, and (d) other requirements and specifications set forth in this RFP event. Respondent also
acknowledges and accepts that COUNTY may make some subjective judgments during this RFP process.

SOLICITATION FOR PROPOSAL & PROPOSED PREPARATION COSTS


The Respondent understands and agrees that:

(a) This RFP event is a solicitation for proposals and COUNTY has made no representation, written or oral, that one or more
contracts with COUNTY will be awarded under this RFP event;
(b) COUNTY issues this RFP event predicated on COUNTY’s anticipated requirements for services and that COUNTY has
made no representation, written or oral, that any such requirements set forth in this RFP event, including but not limited to, any
estimated volume of transactions, will actually be realized if COUNTY enters into an Agreement as a result of this RFP event;
and
(c) Respondent shall bear any cost that arises from Respondent’s preparation of a response to this RFP event.

GENERAL CONDITIONS
Respondents are required to submit proposals based upon the following express conditions:

(a) Respondents shall make all investigations necessary to become thoroughly informed with regard to site location(s), site
conditions, plant and facilities and all other conditions as they currently exist. No plea of ignorance by Respondent of conditions
that exist or that may thereafter exist as a result of failure or omission on the part of Respondent to make the necessary
examinations and investigations or failure to fulfill in every detail the requirements of the contract documents will be accepted as
a basis for varying the requirements of COUNTY or the compensations to Respondent.

(b) Respondents are advised that COUNTY contracts are subject to all legal requirements provided for in county, state and
applicable federal statutes and regulations.

(c) Where specific equipment brand or model is described, it is not the intent to discriminate against the products of other
manufacturers, but rather to establish a standard of quality. All proposed substitutions must be submitted with complete data with
the RFP event response.

AVAILABILITY OF FUNDS
If COUNTY is unable to appropriate funds to provide the goods/services requested in this RFP event, COUNTY may terminate
the contract with Respondent awarded the contract without any termination charges, except as otherwise provided in the contract,
upon thirty (30) days notice by COUNTY.

TAX EXEMPTION
Unless otherwise noted, COUNTY is exempt from all taxes and shall not pay or reimburse the Respondent with respect to any,
local, state or federal taxes.

CANCELLATION
COUNTY reserves the right to cancel any contract without cause at any time during its term. Notice of such cancellation will be
made in writing at least thirty (30) consecutive days prior to the effective date of cancellation to the Respondent's last legal
address on file with COUNTY. It is the responsibility of Respondent to inform COUNTY of any change of legal address.

TERM OF CONTRACT
The contract term will be effective for five (5) years upon award and acceptance of system solution.

SUBMISSION OF BID DOCUMENTS

June 1, 2018 Page 4


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

BID DOCUMENTS MAY ONLY BE SUBMITTED IN THE FOLLOWING WAYS AND TO THE FOLLOWING
LOCATIONS:

1) Submitted electronically through the Bexar County Purchasing Supplier Portal:

https://myebids.bexar.org/lmproc/SourcingSupplier/controller.servlet?dataarea=lmproc&context.session.key.SupplierGroup=100

OR

2) Physically delivered (sealed) to:

Bexar County Purchasing Department


1103 South Frio - Purchasing Suite
San Antonio, Texas 78207

ANY BID DOCUMENTS NOT SUBMITTED TO EITHER OF THESE TWO LOCATIONS ON TIME WILL BE RETURNED
UNOPENED AND WILL NOT BE CONSIDERED.

**Electronic submission via the supplier portal is preferred, but hard copies will be accepted. Hard copies must be one (1)
original unbound submittal, along with one (1) digital copy on a USB drive containing the entire RFP submittal response.**

GOVERNING LAW
The parties agree that the venue for execution of a contract or any litigation arising from a contract shall lie in San Antonio,
Bexar County, Texas.

INSURANCE
Respondent shall be required to maintain the statutory amounts required for insurance coverage and shall furnish certificates of
insurance, policies and endorsements to COUNTY. Acceptance of insurance coverage is subject to approval by COUNTY’s Risk
Management office.

A. General Requirements:

i. The Contractor shall provide a Certificate of Insurance as verification of coverages required below to the County at the below
address prior to contract execution and within 14 calendar days after written request from the County. Failure to provide the
required Certificate of Insurance may subject the Offer to disqualification from consideration for award.

ii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed
by the County. Approval of insurance by the County shall not relieve or decrease the liability of the Contractor hereunder and
shall not be construed to be a limitation of liability on the part of the Contractor.

iii. The Contractor must also forward a Certificate of Insurance to the County whenever a previously identified policy period has
expired, or an extension option or holdover period is exercised, as verification of continuing coverage.

iv. The Certificate of Insurance, and updates, shall be mailed to the following address:

Bexar County Risk Manager


101 W. Nueva, Suite 901
San Antonio, Texas 78205

B. Specific Coverage Requirements: The Contractor shall at a minimum carry insurance in the types and amounts indicated
below for the duration of the Contract, including extension options and hold over periods, and during any warranty period. These
insurance coverages are required minimums and are not intended to limit the responsibility or liability of the Contractor.

i. Workers’ Compensation and Employers’ Liability Insurance: Coverage shall be consistent with statutory benefits outlined in
the Texas Workers’ Compensation Act. Employers’ Liability Insurance with limits of liability not less than:

$500,000Each Accident
$500,000Policy Limit for Disease
$500,000Each Employee for Disease

(1) The Contractor’s policy shall apply to the State of Texas and include these endorsements in favor of Bexar County:
(a) Waiver of Subrogation,
(b) Thirty (30) days’ Notice of Cancellation,

ii. Commercial General Liability Insurance: The minimum bodily injury and property damage per occurrence are $5,000,000 for
coverages A (Bodily Injury and Property Damage) and B (Personal and Advertising Injury).

(1) The policy shall contain the following provisions:


(a) Contractual liability coverage for liability assumed under the Contract and all other Contracts related to the project.
(b) Contractor/Subcontracted Work.
(c) Products/Completed Operations Liability for the duration of the warranty period.
(2) The policy shall also include these endorsements in favor of the County:
(a) Waiver of Subrogation,

June 1, 2018 Page 5


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

(b) Thirty (30) days Notice of Cancellation,


(c) The County listed as an additional insured,
(3) The required coverage shall extend to technology licensed and/or purchased, including any software licensed or hardware
purchased under this contract.

iii. Commercial Automobile Liability Insurance: The Contractor shall provide coverage for all owned, borrowed, non-owned and
hired vehicles with a minimum combined single limit of $1,000,000 per occurrence for bodily injury and property damage.

(1) The policy shall include these endorsements in favor of Bexar County:
(a) Waiver of Subrogation,
(b) Thirty (30) days Notice of Cancellation,
(c) The County listed as an additional insured,

iv. Cyber Liability Insurance: Coverage of not less than $2,000,000 each claim and $4,000,000 annual aggregate providing
coverage for damages and claims expenses, including notification expenses, arising from (1) breach of network security, (2)
alteration, corruption, destruction or deletion of information stored or processed on a computer system, (3)invasion of privacy,
including identity theft and unauthorized transmission or publication of personal information, (4) unauthorized access and use of
computer systems, including hackers (5) the transmission of malicious code, and (6) website content, including claims of libel,
slander, trade libel, defamation, infringement of copyright, trademark and trade dress and invasion of privacy.

Policy shall be endorsed to name the County, its Affiliates, and their respective directors, officers, employees, and agents, as
additional insureds.

C. Endorsements: The specific insurance coverage endorsements specified above, or their equivalents must be provided.

COUNTY CONTACT PERSON


Any questions or concerns regarding this RFP shall be submitted to the assigned representative listed below:

Name: Anthony A. San Miguel II, CTPM


Bexar County Purchasing Department
Email: asanmiguel2@bexar.org

The County specifically instructs all interested parties to restrict all contact and questions regarding this RFP with the above-
named County contact person. Communication with anyone other than the contact person stated within this RFP prior to award
may deem your proposal non-responsive. The County shall have a reasonable amount of time in which to respond to questions or
concerns. It is the County's intent to respond to all appropriate questions and concerns.

ANTI-LOBBYING RESTRICTIONS
Event respondents, their team members, or anyone involved in preparing their event submission must not engage in any form of
political or other lobbying whatsoever with respect to this project or seek to influence the outcome of this qualification process.
This anti-lobbying restriction extends to all elected and appointed officials as well as employees of the COUNTY and
Commissioners Court. In the event of such lobbying, the COUNTY may reject any event submission by that respondent without
further consideration and terminate the respondent's right to continue in the procurement process. All correspondence or contact
by interested parties with the COUNTY must be directly and only with the County Contact Person for this event.

It should be duly noted by all respondents that this restriction extends from the release date of the event through to the date and
time when the COUNTY formally awards the contract. Any lobbying undertaken during this timeframe by any respondent or
their team members, or anyone involved with their event submission may result in the immediate disqualification of the process.

This section shall not be intended to disallow any meetings, interviews or clarifications requested or authorized by the event
County Contact Person.

GENERAL INSTRUCTIONS
A. Respondent should carefully read the information contained herein and submit a complete response to all requirements and
questions as directed.
B. Respondents that (i) are qualified with conditional clauses; (ii) alter, modify, or revise this RFP event in any way; or (iii)
contain irregularities of any kind are subject to disqualification by COUNTY, at COUNTY's option.

C. Proposals should be prepared simply and economically, providing a straightforward, concise description of the Respondent’s
ability to meet the requirements and specifications of this RFP event. Emphasis should be on completeness, clarity of content and
responsiveness to the requirements and specifications.

D. COUNTY reserves the right to seek clarification of any item contained in the Respondent’s proposal prior to final selection.
The clarification must be provided in writing to either COUNTY or COUNTY's designated agent at COUNTY’s discretion.
Representations made by Respondent in the proposal will be binding upon Respondent. COUNTY will not be bound to act by
any previous communication or response submitted by Respondent other than this RFP event.

E. COUNTY reserves the right to reject all Respondents' proposals, cancel the RFP event in its entirety at any time prior to award
and consider an alternative method under a cooperative purchasing program [See TEX. LOC. GOV’T CODE §271.102(a)].

PREPARATION AND SUBMITTAL INSTRUCTIONS

June 1, 2018 Page 6


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

A. Execution of Offer

Respondent must complete, sign and return the attached Execution of Offer as part of Respondent's proposal. The Execution of
Offer must be signed by a representative of Respondent duly authorized to commit Respondent to the proposal. Any offer
received without a completed and signed Execution of Offer may be rejected by COUNTY, at COUNTY's discretion.

B. Table of Contents

Responses shall include a Table of Contents (“TOC”) with page number references. The TOC should contain sufficient detail
and be organized according to the same format as presented in this RFP event, to facilitate easy reference to the sections of the
proposal as well as to any separate attachments (which should be identified in the TOC). If Respondent includes supplemental
information or non-required attachments with Respondent's offer, this material should be clearly identified in the TOC and
organized as a separate section of the Response.

C. Proposal Submission

1. Proposals must be received by COUNTY on or before the RFP event closing date.

2. COUNTY will not accept proposals submitted by telephone, FAX transmission or e-mail in
response to this RFP event unless specifically authorized. Electronic submission via the
supplier portal is preferred, but hard copies will be accepted along with a digital copy.

D. Modification or Withdrawal

Except as otherwise provided in this RFP event, no proposal may be changed, amended or modified after it has been submitted in
response to this RFP event. However, an offer may be withdrawn and resubmitted at any time prior to the RFP event closing
date. No proposal may be withdrawn after the RFP event closing date without COUNTY’s consent, which shall be based on
Respondent’s submittal of a written explanation and documentation evidencing a reason acceptable to COUNTY, at COUNTY's
sole discretion.

E. Offer Validity Period

Each offer must state that it will remain valid for COUNTY’s acceptance for a minimum of one hundred and eighty (180) days
after the RFP event closing date to allow time for evaluation, selection, and any unforeseen delays. The offer accepted by
COUNTY shall remain valid for the full term of the AGREEMENT or other contractual arrangements resulting from this RFP
event.

COST/PRICING
Respondent shall quote pricing for all fees, charges, etc. for the contract term and clearly define all fees, charges, etc. that may be
incurred by COUNTY.
IMPORTANT: Fees/prices provided must include all expenses, travel, living and other expenses.
See attached Proposal Cost Table for more details.

INDEMNIFICATION
A. GENERAL INDEMNITY

VENDOR SHALL AND DOES HEREBY AGREE TO INDEMNIFY, DEFEND, AND HOLD BEXAR COUNTY SHERIFF’S
OFFICE AND BEXAR COUNTY AND THEIR OFFICIALS, EMPLOYEES, AGENTS AND REPRESENTATIVES (EACH
AN “INDEMNIFIED PERSON”) HARMLESS FROM AND AGAINST ANY AND ALL LOSS, LIABILITY, OBLIGATION,
DAMAGE, PENALTY, JUDGMENT, CLAIM, DEFICIENCY, AND EXPENSE OF ANY KIND WHATSOEVER
(INCLUDING, WITHOUT LIMITATION, INTEREST, PENALTIES, ATTORNEY’S FEES AND AMOUNTS PAID IN
SETTLEMENT) TO WHICH ANY INDEMNIFIED PERSON MAY BECOME SUBJECT, INCLUDING, WITHOUT
LIMITATION, ANY AND ALL LOSS, LIABILITY, OBLIGATION, DAMAGE, PENALTY, JUDGMENT, CLAIM,
DEFICIENCY OR EXPENSE RESULTING FROM THE WORK TO BE PERFORMED OR THE PRODUCT PROVIDED BY
VENDOR UNDER THE FINAL AGREEMENT BETWEEN THE PARTIES, INCLUDING, WITHOUT LIMITATION, ANY
AND ALL CLAIMS ARISING FROM (I) ANY BREACH OR DEFAULT OF VENDOR IN ITS PERFORMANCE OF ANY
TERM, COVENANT OR AGREEMENT TO BE PERFORMED PURSUANT TO THE FINAL AGREEMENT BETWEEN
THE PARTIES, (II) ANY NEGLIGENT ACT, ERROR OR OMISSION OF VENDOR OR ANY OF ITS EMPLOYEES OR
OTHER PERSONS FOR WHOM VENDOR IS LEGALLY LIABLE AND (III) ANY CLAIMS OR LOSSES OF ANY
PERSON INJURED OR PROPERTY DAMAGED BY THE ACTS, ERRORS OR OMISSIONS OF VENDOR, ITS
EMPLOYEES OR OTHER PERSONS FOR WHOM VENDOR IS LEGALLY LIABLE IN THE PERFORMANCE OF THE
FINAL AGREEMENT BETWEEN THE PARTIES. THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL
NOT APPLY TO ANY LIABILITY RESULTING FROM THE NEGLIGENCE OF BCSO OR ITS OFFICIALS OR
EMPLOYEES, IN INSTANCES WHERE SUCH NEGLIGENCE CAUSES PERSONAL OR BODILY INJURY, DEATH OR
PROPERTY DAMAGE. IN THE EVENT THE PARTIES ARE FOUND JOINTLY LIABLE BY A COURT OF
COMPETENT JURISDICTION, LIABILITY SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH
THE LAWS OF THE STATE OF TEXAS. NOTHING IN THIS SECTION SHALL BE INTERPRETED TO CONSTITUTE A
WAIVER OF ANY GOVERNMENTAL IMMUNITY AVAILABLE UNDER TEXAS LAW OR ANY AVAILABLE
DEFENSES UNDER TEXAS LAW. THE PROVISION OF THIS INDEMNITY ARE SOLELY FOR THE BENEFIT OF THE
PARTIES TO THE FINAL AGREEMENT AND NOT INTENDED TO AND DO NOT CREATE OR GRANT ANY RIGHTS,
CONTRACTUALLY OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY.

B. PATENTS AND COPYRIGHT INDEMNITY

June 1, 2018 Page 7


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

VENDOR WARRANTS THAT THE PRODUCTS FURNISHED BY VENDOR SHALL BE DELIVERED FREE OF ANY
RIGHTFUL CLAIM OF ANY THIRD PARTY FOR INFRINGEMENT OF ANY UNITED STATES PATENT, COPYRIGHT
OR INTELLECTUAL PROPERTY RIGHT. VENDOR FURTHER WARRANTS THAT ALL NECESSARY THIRD PARTY
CONSENTS WITH RESPECT TO ITS PRODUCTS HAVE BEEN OBTAINED BY VENDOR. IF EITHER BCSO OR
BEXAR COUNTY NOTIFIES VENDOR PROMPTLY OF THE RECEIPT OF ANY CLAIM THAT THE PRODUCT(S)
PROVIDED BY VENDOR INFRINGES A UNITED STATES PATENT, COPYRIGHT OR INTELLECTUAL PROPERTY
RIGHT AND GIVES VENDOR INFORMATION, ASSISTANCE AND EXCLUSIVE AUTHORITY TO SETTLE AND
DEFEND SUCH CLAIM, VENDOR, AT ITS OWN EXPENSE, SHALL DEFEND, OR MAY SETTLE, ANY SUIT OR
PROCEEDING AGAINST BEXAR COUNTY SHERIFF’S OFFICE AND/OR BEXAR COUNTY SO FAR AS SUCH CLAIM
IS BASED ON AN ASSERTED INFRINGEMENT WHICH BREACHES THIS WARRANTY. IF, IN ANY SUIT ARISING
FROM SUCH CLAIM, THE CONTINUED USE OF THE SYSTEM SOFTWARE FOR THE PURPOSE INTENDED IS
ENJOINED BY ANY COURT OF COMPETENT JURISDICTION, VENDOR SHALL, AT ITS EXPENSE AND OPTION,
EITHER: (1) PROCURE FOR THE BEXAR COUNTY SHERIFF’S OFFICE THE RIGHT TO CONTINUE USING THE
SYSTEM SOFTWARE, OR (2) MODIFY THE SYSTEM SOFTWARE SO THAT IT BECOMES NON-INFRINGING, OR (3)
REPLACE THE SYSTEM SOFTWARE, OR PORTIONS THEREOF, SO THAT IT BECOMES NON-INFRINGING, OR (4)
REMOVE THE SYSTEM AND REFUND THE PURCHASE PRICE. VENDOR SHALL INDEMNIFY AND HOLD THE
BEXAR COUNTY SHERIFF’S OFFICE AND COUNTY HARMLESS FROM AND AGAINST ANY JUDGMENT
(INCLUDING DAMAGES, INTEREST AND PENALTIES) WHICH RESULTS FROM PATENT, COPYRIGHT OR
INTELLECTUAL PROPERTY RIGHT INFRINGEMENT AS DESCRIBED ABOVE. THE FOREGOING STATES THE
ENTIRE LIABILITY OF VENDOR FOR PATENT OR COPYRIGHT INFRINGEMENT BY THE PRODUCTS PROVIDED.
THE PRECEDING SHALL NOT APPLY TO: (1) ANY PORTION OF THE PRODUCT PROVIDED BY VENDOR WHICH
IS MANUFACTURED TO BEXAR COUNTY SHERIFF’S OFFICE’S DESIGN, OR (2) THE USE OF THE PRODUCT IN
CONJUNCTION WITH ANY OTHER APPARATUS OR MATERIAL NOT SUPPLIED BY VENDOR TO THE EXTENT
THAT SUCH CONJOINED USE CAUSES THE ALLEGED INFRINGEMENT.

EXECUTION OF OFFER
A. Respondent must comply with the requirements and specifications contained in this RFP event. If there is a conflict among
the provisions stated in this RFP event, then the provision requiring Respondent to supply the better quality or greater quantity of
services shall prevail. If such conflict does not involve quality or quantity, interpretation will be in the following order of
precedence:

1. Specifications
2. General Terms and Conditions
3. Proposal Requirements
4. Notice to Respondents

B. By signing the Execution of Offer and submitting an offer, Respondent certifies that any terms, conditions or documents
attached to or referenced in its proposal are applicable to this procurement only to the extent that they do not conflict with the
laws of the State of Texas or this RFP event and that they do not impose additional requirements on COUNTY. Respondent
further certifies that the offer is Respondent’s good faith intent to enter into an AGREEMENT with COUNTY in accordance
with the terms and conditions of Respondent’s proposal and the other documents attached thereto and made a part thereof.

RFP Execution of Offer.pdf (application/pdf)

SMALL, MINORITY & WOMEN-OWNED BUSINESS ENTERPRISE (SWMBE) PROGRAM

SMWBE PROGRAM TARGETS


The purpose of the Bexar County Small, Minority and Women Owned Business Enterprise (SMWBE) Program is to establish
minimum targets for all procurement dollars for County Offices, Departments, Funded Entities and Facilities in the areas of
Commodities, Equipment, Professional and Personnel Services, Maintenance and Construction are spent with minority and
women owned business enterprises and with small business enterprises. Bexar County is committed to increasing the
involvement of SMWBEs in the procurement process. It is the intent of the County to afford small, minority and women-owned
businesses a fair opportunity to compete for all Bexar County contracts.

BEXAR COUNTY STATEMENT OF VENDOR RESPONSIBILITIES


1. The vendor will comply with the following criteria:

A. To the extent practical and consistent with standard and prudent industry practices, vendors are encouraged to divide the
contract work into the smallest feasible portions to allow for maximum SMWBE subcontractor participation.

B. Notify SMWBEs in writing when SMWBE opportunities are available, allowing sufficient time for effective participation
of the work the vendor plans to subcontract. The notification shall include, but is not limited to the following:

(1) Provide information concerning the intended subcontracting work;


(2) Provide bonding and insurance requirements that the SMWBE Subcontractor will be required to fulfill; and
(3) Provide a point of contact (name, title, phone number, and address, etc.) within the vendor’s organization that can
answer any question a SMWBE may have concerning the project.

2. Provide SMWBEs that are genuinely interested in the project with adequate information about the project (i.e. plans &
specifications, scope of work, etc.) and any other information that will prove beneficial to the SMWBE.

June 1, 2018 Page 8


4:11:52 PM
Event # 624-0: Evidence Capture & Digital Mgmt Solution

3. Provide written notice/explanation to the SMWBE Program Office (www.bexar.org/smwbe) when a SMWBE
Subcontractor’s bid or price quotation/proposal is rejected, unless another SMWBE was selected to perform the same job.

4. For those vendors that experience difficulty in locating certified SMWBEs a list will be provided to the vendor by the
SMWBE Program Office. In order for the SMWBE Program Office to supply the list, vendors must provide the following in
regards to the project:

A. a detailed description of work to be subcontracted to SMWBEs (i.e. electrical, concrete, mechanical, general labor, etc.);

B. the estimated dollar amount of the work to be subcontracted to SMWBEs; and

C. bonding and insurance requirements the SMWBE subcontractor will be required to fulfill.

Attachments

Attachment
Scope of Work.pdf
Specifications & Minimum Requirements.xlsx
Proposal Cost Tables.xlsx

Line Details

Line 1: EVIDENCE CAPTURE & MGMT SOLUTI


Description: Evidence Capture & Digital Management Solution. See attachments for Scope of Work, Excel files, and
submittal instructions. All times are in Central Standard Time (CST). Responses are due 06/22/2018 10:00
AM CST
Item: EVIDENCE CAPTURE & MGMT SOLUTION EVIDENCE CAPTURE & MGMT SOLUTI
Commodity Code: 655-40 Cameras, Video, Portable, Body and Dash Cams
Quantity: 1.0000 UOM: JA
Require Response: No Price Breaks No Alternate Items No
Allowed: Allowed:

June 1, 2018 Page 9


4:11:52 PM

You might also like