Loading...
HomeMy WebLinkAboutAgreement A-16-557 with Eracent, Inc..pdf - 1 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A G R E E M E N T THIS AGREEMENT is made and entered into this _______ day of ___________, 2016 (the “Effective Date”), by and between the COUNTY OF FRESNO, a political subdivision of the State of California, hereinafter referred to as "COUNTY", and Eracent, Inc., whose corporate address is at 8133 Easton Road, Ottsville, PA 18942, hereinafter referred to as "CONTRACTOR". R E C I T A L S WHEREAS, COUNTY requested proposals from qualified vendors to provide a Software Asset Management (SAM) System to facilitate monitoring and tracking of various software installed on County personal computers and servers, as set forth in the COUNTY’s Request for Proposal (RFP) No 208-5407 dated 12/15/2015; and WHEREAS, CONTRACTOR represented, via its Response to COUNTY’s RFP No 208-5407, dated 02/04/2016, that the license, installation, training, data conversion, and software maintenance of its Information Technology Management Center (ITMC) Suite: Discovery, Lifecycle, and Continuous Licenses Reconciliation, along with professional services from CONTRACTOR would meet the stated needs of the COUNTY; and WHEREAS, COUNTY desires to purchase from CONTRACTOR rights to use the software license and continuous maintenance and support for ITMC. NOW, THEREFORE, for and in consideration of the promises herein, and for other good and valuable consideration, the parties agree as follows: W I T N E S S E T H I. DOCUMENTS CONSTITUTING AGREEMENT This Agreement includes COUNTY’s RFP No 208-5407, and CONTRACTOR’s Response to RFP No 208-5407, both of which are attached hereto respectively as Attachments A and B, and incorporated herein by reference. /// - 2 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 II. DEFINITIONS The following terms used throughout this Agreement shall be defined as follows: Acceptance Test: The process of testing a specific function or functions to determine if the operation or operations are as stated in this Agreement. Change Control Process: Process used by the Information Services Division of COUNTY’s Internal Services Department (ISD) to inform staff of new or updated production use systems. COUNTY System Hardware: The central processing units owned or leased by COUNTY which are described in this Agreement on which COUNTY is licensed to use the System Software, any back-up equipment for such central processing units, and any peripheral hardware such as terminals, printers, and Personal Computers as described in this Agreement. COUNTY System Software: The operating system and database software installed on the COUNTY System Hardware. Final System Acceptance: When it is determined by COUNTY that all necessary deliverables have been delivered, the data has been converted, the base ITMC software has been successfully installed and tested, and the ITMC performs all functions in accordance with its specifications. First Production Use: Date of first use of the System in a production environment. License: The meaning assigned to the term 'License” as defined in Section III-A of this Agreement and the rights and obligations which it creates under the laws of the United States of America and the State of California including without limitation, copyright and intellectual property law. /// - 3 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Monies: The terms "Monies", "Charges", "Price", and "Fees" will be considered to be equivalent. Public Records: Public Records includes any writing containing information relating to the conduct of the public's business that is prepared, owned, used, or retained by any state or local agency, regardless of physical form or characteristics. Supplier: The terms "Supplier", "Vendor", and “Eracent”." all refer to CONTRACTOR and are considered to be equivalent throughout this Agreement. System: The System Software and System Documentation, collectively. Reference to the "System" shall include any component thereof. All modifications and enhancements to the System shall be deemed to be part of the System as defined herein and shall be subject to all terms and conditions set forth herein. System Documentation: The documentation relating to the System Software, and all manuals, reports, brochures, sample runs, specifications and other materials comprising such documentation provided by CONTRACTOR in connection with the System Software pursuant to this Agreement. System Operation: The general operation of COUNTY's hardware and all software including, but not limited to, system restarts, configuration and operation of system peripherals (such as printers, modems, and terminals), installation of new software releases, and other related activities. System Installation: All software has been delivered, has been physically loaded on a Computer, and COUNTY has successfully executed program sessions. System Software: ITMC, that certain computer software described in this Agreement provided by - 4 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 CONTRACTOR, and all interfaces, coding, tapes, disks, modules and similar materials comprising such software or on which it is stored. System Software does not include operating system software, or any other Third-Party Software. True-Up: The process to determine the maximum number of qualified equipment (e.g., desktop PCs, servers, tablets, etc.) in service at any time in the previous twelve (12) month period. User: The terms “User,” “Customer,” “Client,” and "Licensee" all refer to COUNTY and shall be equivalent throughout this Agreement. III. OBLIGATIONS OF THE CONTRACTOR A) SOFTWARE LICENSE 1) GRANT OF LICENSE CONTRACTOR grants to COUNTY and COUNTY accepts a non-exclusive, non-transferable, perpetual license to use ITMC, subject to the terms and conditions set forth in this Agreement. 2) SCOPE OF LICENSE The license granted herein shall consist solely of the non-exclusive, non- transferable right of COUNTY to operate the System Software in support of various COUNTY departments, including COUNTY’s ISD. 3) OWNERSHIP The parties acknowledge and agree that, as between CONTRACTOR and COUNTY, title and full ownership of all rights in and to the System Software, System Documentation, and all other materials provided to COUNTY by CONTRACTOR under the terms of this Agreement shall remain with CONTRACTOR. COUNTY will take reasonable steps to protect trade secrets of the System Software and System Documentation. Ownership of all copies is retained by CONTRACTOR. COUNTY may not disclose or make available to third parties - 5 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 the System Software or System Documentation or any portion thereof. CONTRACTOR shall own all right, title and interest in and to all corrections, modifications, enhancements, programs, and work product conceived, created or developed, alone or with COUNTY or others, as a result of or related to the performance of this Agreement, including all proprietary rights therein and based thereon. Except and to the extent expressly provided herein, CONTRACTOR does not grant to COUNTY any right or license, express or implied, in or to the System Software and System Documentation or any of the foregoing. The parties acknowledge and agree that, as between CONTRACTOR and COUNTY, full ownership of all rights in and to all COUNTY data, whether in magnetic or paper form, including without limitation printed output from the System, are the exclusive property of COUNTY. 4) POSSESSION, USE AND UPDATE OF SOFTWARE COUNTY agrees that only COUNTY will use the System Software for its own internal purposes. CONTRACTOR may, at reasonable times, inspect COUNTY’s premises and equipment to verify that all of the terms and conditions of this license are being observed. CONTRACTOR may create, from time to time, updated versions of the System Software and System Documentation and CONTRACTOR shall make such System Updates available to COUNTY. All System Updates shall be licensed under the terms of this Agreement. COUNTY agrees to follow the prescribed instructions for updating System Software and System Documentation provided to COUNTY by CONTRACTOR. COUNTY must authorize all System Updates in writing. 5) TRANSFER OF SOFTWARE COUNTY shall not rent, lease, license, distribute, sell, transfer, or assign this license, the System Software, or the System Documentation, or any of the information contained therein other than COUNTY data, to any other person or entity, whether on a permanent or temporary basis, and any attempt to do so will - 6 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 constitute a breach of this Agreement. No right or license is granted under this Agreement for the use or other utilization of the licensed programs, directly or indirectly, for the benefit of any other person or entity, except as provided in this Agreement. 6) POSSESSION AND USE OF SOURCE CODE Source code and other material that results from custom programming by CONTRACTOR released to COUNTY under this license shall be deemed CONTRACTOR software subject to all of the terms and conditions of the software license set forth in this Agreement. The scope of COUNTY’s permitted use of the custom source code under this license shall be limited to maintenance and support of the System Software. For purposes of this Section, the term “maintenance and support” means correction of System Software errors and preparation of System Software modifications and enhancements. If COUNTY creates computer code in the process of enhancing the System Software, that specific new code shall be owned by COUNTY and may be used by COUNTY’s employees, officers, or agents for COUNTY’s own internal business operations. However, if COUNTY’s enhancement results in the creation of a derivative work from the System Software, the copyright to such derivative work shall be owned by CONTRACTOR and COUNTY’s rights to use such derivative work shall be limited to those granted with respect to the System Software in this Agreement. 7) RESTRICTIONS ON USE: COUNTY shall not (i) license, sublicense, sell, resell, transfer, assign, distribute or otherwise commercially exploit or make available to any third party the System Software or the System Documentation in any way; (ii) modify or make derivative works based upon the System Software or the System Documentation; (iii) create Internet “links” to the System Software or “frame” or “mirror” any System Documentation on any other server or wireless or Internet-based device; (iv) send spam or otherwise duplicative or unsolicited messages in violation of applicable - 7 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 law; (v) send or store infringing, obscene, threatening, libelous, or otherwise unlawful or tortious material, including material harmful to children or violative of third party privacy rights; (iv) send or store material containing software viruses, worms, Trojan horses or other harmful computer code, files, scripts, agents or programs; (vii) interfere with or disrupt the integrity or performance of the System Software or the data contained therein, including but not limited to COUNTY Data; (viii) attempt to gain unauthorized access to the System Software or its related systems or networks; (ix) reverse engineer or access the System Software in order to (a) build a competitive product or service, (b) build a product using similar ideas, features, functions or graphics of the System Software, or (c) copy any ideas, features, functions or graphics of the System Software. 8) INTELLECTUAL PROPERTY, TRADEMARK AND COPYRIGHT CONTRACTOR retains ownership of the System Software, any portions or copies thereof, and all rights therein. CONTRACTOR reserves all rights not expressly granted to COUNTY. This License does not grant COUNTY any rights in connection with any trademarks or service marks of CONTRACTOR, its suppliers or licensors. All right, title, interest and copyrights in and to the System Software and the accompanying System Software Documentation and any copies of the System Software are owned by CONTRACTOR, its suppliers or licensors. All title and intellectual property rights in and to the content which may be accessed through use of the System Software are the property of the respective content owner and may be protected by applicable copyright or other intellectual property laws and treaties. This License grants COUNTY no rights to use such content. B) SERVICES TO BE PROVIDED BY CONTRACTOR TO COUNTY 1) SYSTEM INSTALLATION CONTRACTOR shall supply and install ITMC in accordance with this Agreement. Such software installation shall include hardware/network review and recommendations, consultation, software installation and remote technical support. - 8 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2) TRAINING CONTRACTOR will conduct “train-the-trainer” training of COUNTY staff at a COUNTY-designated location and at a time approved in writing by COUNTY. 3) DOCUMENTATION CONTRACTOR shall provide to COUNTY ITMC System Documentation, which shall consist of electronic media files. The electronic media files must be printable using PC software normally available at COUNTY. CONTRACTOR shall provide new System Documentation corresponding to all new Software Upgrades. COUNTY may print additional copies of all documentation. All System Documentation is to be used by COUNTY only for the purposes identified within this Agreement. C) SYSTEM MAINTENANCE AND SUPPORT BY CONTRACTOR System maintenance and support includes System Updates as they are released by CONTRACTOR, including updates as required as a result of regulatory changes. The first day of production use will be identified by COUNTY and communicated to CONTRACTOR. CONTRACTOR will support day-to-day operation of the System as follows: 1) SUPPORT HOURS/SCOPE: Provide unlimited technical assistance by phone during normal coverage hours (7:30 a.m. to 5:00 p.m. Pacific Standard Time (PST), Monday through Friday, except CONTRACTOR and COUNTY holidays), toll-free telephone assistance to keep the System in, or restored to, normal operating condition. The object of this support will be to answer specific questions related to the System Software and the application thereof. Support provided under this Agreement does not include training of new personnel (after initial staff is trained), operation of hardware, or solving other hardware/software problems unrelated to the System Software. 2) SUPPORT RESPONSE: - 9 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 During the term of this Agreement, CONTRACTOR will (a) correct any error or malfunctions in the System as supplied by CONTRACTOR which prevents it from operating in conformance with the specifications set forth in this Agreement or (b) provide a commercially reasonable alternative that will conform to the specifications set forth in this Agreement. If analysis by CONTRACTOR indicates a reported problem is caused by a reproducible error or malfunction in the then-current release of the System Software as supplied and maintained by CONTRACTOR that significantly impacts effective use of the System by COUNTY, CONTRACTOR will, if the System is inoperable, as reported by COUNTY, provide continuous effort to correct the error or to resolve the problem by providing a circumvention. In such cases, CONTRACTOR will provide COUNTY with corrective information, such as corrective documentation and/or program code. CONTRACTOR will endeavor to respond to COUNTY's service request no later than four (4) business hours from the time a call has been received by CONTRACTOR. In the event that a person with the necessary expertise is not available when the call is received, CONTRACTOR will endeavor to respond to the service request no later than within one (1) business day. 3) REMOTE VIRTUAL PRIVATE NETWORK (VPN) OR EQUIVALENT DIAGNOSTICS CONTRACTOR shall provide remote VPN diagnostics or equivalent diagnostics support, which includes: a. Diagnostic or corrective actions necessary to restore proper ITMC operation; b. Diagnostic actions which attempt to identify the cause of System problem; c. Correction of data file problem; and d. ITMC modifications - 10 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 CONTRACTOR product specialists will provide diagnostics on ITMC via VPN or an equivalent COUNTY provided method. COUNTY will provide any required hardware and equipment necessary at COUNTY for CONTRACTOR VPN or equivalent support. 4) ERROR CORRECTION PROCESS: If during the term of this Agreement COUNTY determines that software error(s) exist, COUNTY will first follow the error procedures specified in the System Documentation. If following the error procedures does not correct the software error, COUNTY shall immediately notify CONTRACTOR, setting forth the defects noted with specificity. Upon notification of a reported software error, CONTRACTOR shall provide a solution as soon as practicable. If CONTRACTOR determines that a solution shall require more than five (5) days to resolve, CONTRACTOR shall notify COUNTY immediately with a time estimate for completion. Upon completion of the solution, COUNTY shall retest the System Software and report any other software errors. 5) TECHNICAL INFORMATION CONTRACTOR will provide technical information to COUNTY from time to time. Such information may cover areas such as ITMC usage, third party software, and other matters considered relevant to COUNTY by CONTRACTOR. Technical information will be provided at the discretion of CONTRACTOR, but will not be unreasonably withheld. D) ADDITIONAL SYSTEM MAINTENANCE SERVICES BY CONTRACTOR CONTRACTOR may provide additional maintenance services (“Additional Maintenance and Support Services” or “Additional Maintenance Services”) at an additional charge. Charges will be as identified in Section VII-F of this Agreement; or, if not included in this Agreement, charges will be at current prices in effect at the time goods or services are provided. Any Additional Maintenance and Support Services requested by COUNTY and determined by CONTRACTOR to be billable by CONTRACTOR must be identified as - 11 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 a chargeable service prior to the service being performed and must be approved in writing in advance by COUNTY’s Contract Administrator. Additional Maintenance Services include, but are not limited to, the following: 1) ADDITIONAL TRAINING A specific amount of training is specified in this agreement. Additional training at a County facility is available upon request by COUNTY at an additional charge under the terms of this Agreement. Requests for additional training must be requested in writing in advance by COUNTY’s Contract Administrator. Charges will be at rates identified in Section VII-H. 2) DATA AND SYSTEM CORRECTIONS Data and System Corrections include any corrective actions accomplished by CONTRACTOR on-site or via VPN which are necessary due to COUNTY errors or unauthorized source code or data access by COUNTY. Unauthorized access to the data is defined as any COUNTY editing of data through other than normal system usage as defined in System Documentation. Unauthorized access to source code is defined as any COUNTY access whatsoever to system source code. Services provided by CONTRACTOR are not billable when they result from errors caused by ITMC or instruction provided by CONTRACTOR. 3) CUSTOMER SITE VISITS CONTRACTOR site visits within the scope of the project services to COUNTY sites, as may be requested in writing by COUNTY, are available at no additional costs for reasons such as, but not limited to, (1) additional system training on hardware or software usage; (2) resolution of system difficulties not resulting from actions by, or otherwise the responsibility of CONTRACTOR (as determined by mutual agreement between CONTRACTOR and COUNTY); (3) installation of Software Releases; and (4) assistance in equipment maintenance, movement or diagnosis. CONTRACTOR site visits outside of the scope of project services will be reviewed by the CONTRACTOR and must be requested in writing - 12 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 in advance by COUNTY’s Contract Administrator and may incur additional costs at rates identified in Section VII-H. 4) CUSTOM PROGRAMMING Requests for supplemental programming or customization of system features not covered under this Agreement are available to COUNTY. Such requests will be reviewed by CONTRACTOR and must be requested in writing in advance by the COUNTY’s Contract Administrator. Charges will be at rates identified in Section VII-H. E) CONTRACTOR PROJECT COORDINATOR Upon execution of this Agreement, CONTRACTOR shall appoint a Project Coordinator who will act as the primary contact person to interface with COUNTY for implementation , maintenance and support of ITMC. F) SYSTEM UPDATES AND NEW PRODUCTS 1) SYSTEM UPDATES From time to time CONTRACTOR will develop and provide System Updates to COUNTY for the COUNTY’S licensed CONTRACTOR software. System Updates shall be subject to the terms and conditions of this Agreement and shall be deemed licensed System Software hereunder and will be made available to COUNTY at no additional charge to COUNTY. System Updates will be made available to COUNTY at the discretion of CONTRACTOR but will not be unreasonably withheld. 2) NEW PRODUCTS CONTRACTOR may from time to time release new software with capabilities substantially different from or greater than the System Software ("New Products") and which therefore do not constitute System Updates. These New Products will be made available to COUNTY at a cost not to exceed CONTRACTOR‘s then standard rates for customers similarly situated. /// - 13 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 G) OPERATING SYSTEM UPDATES The System Software must run on a client operating system that is consistently and currently supported by the operating system vendor and any required third-party software within 30 days of release. The System Software is expected to always be current in regards to the required client O/S. No outdated or unsupported client O/S will be implemented on the production network. The County will apply patches to both the client O/S and security subsystems on COUNTY PCs as releases are available from O/S vendors. In order to support a secure environment, the System Software must run on the latest supported release of any required third-party software, such as JAVA, Flash, etc. COUNTY will notify CONTRACTOR when a critical security patch is released for such products. In such event, CONTRACTOR will have 30 days to ensure the System Software can perform in the updated environment. CONTRACTOR is expected to keep its software current in order to operate in this environment. These patches include critical O/S updates and security patches. H) ANTI-VIRUS MANAGEMENT COUNTY will actively run anti-virus management, where appropriate, on all application servers and PCs. The application is expected to perform adequately while anti-virus management is active. I) ADHERE TO CHANGE CONTROL PROCESS CONTRACTOR must adhere to COUNTY’s Change Control Process, which shall be provided to CONTRACTOR in writing. COUNTY employs a procedure to implement updates, upgrades, and version releases to a system that is in production use. This forum allows ISD to inform staff (Help Desk, Network, Server, Database, Security, and Analyst s) of upcoming changes to a production system. CONTRACTOR must inform ISD a minimum of 1 week prior to any planned, non-emergency changes so that the Change Control Process may be followed. /// - 14 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 J) OTHER Unless otherwise specified, for third-party software, CONTRACTOR shall provide standard documentation in electronic form (via the Internet or File Transfer Protocol (FTP). K) CLIENT INSTALL Should the ITMC require installation of software on a Client PC, the ITMC will not be installed under a specific User Profile. It must install and be available to all users on the all users’ desktop. The ITMC can require an administrator to install the ITMC, but the ITMC must not require administrative rights in order to operate the ITMC. IV. OBLIGATIONS OF THE COUNTY A) COUNTY CONTRACT ADMINISTRATOR COUNTY appoints its Director of Internal Services/Chief Information Officer or his designee, as COUNTY's Contract Administrator with full authority to deal with CONTRACTOR in all matters concerning this Agreement. B) SAFEGUARDING SYSTEM SOFTWARE COUNTY will follow its present practices to safeguard System Software delivered to COUNTY by CONTRACTOR. A copy of COUNTY’S “Information Technology (IT) Standards and Preferences” will be made available upon request. C) BACKUP AND RECOVERY MANAGEMENT 1) COUNTY utilizes a backup and recovery system written and maintained by Commvault Systems. This application requires a backup agent to run on the server. 2) COUNTY will provide the CONTRACTOR with an account with appropriate administrative rights to administer the application. The account password is expected to periodically expire. 3) In order for the application to run on COUNTY supported servers, the application must not require the users to have administ rative rights on the servers. - 15 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4) COUNTY, at all times, during and after the performance of the installation of the System Software, is responsible for maintaining adequate data backups to protect against loss of data. D) ACCEPTANCE TESTING COUNTY shall approve Final System Acceptance when ITMC has been successfully tested and satisfactorily performs all functions necessary pursuant to this Agreement, and all deliverables identified in this Agreement as required for acceptance have been received and confirmed by COUNTY. E) ACCEPTANCE TESTING PROCESS Following delivery and installation, CONTRACTOR shall submit to COUNTY a mutually agreeable test plan that relates each specific requirement to a specific functionality test. The test plan must state acceptance and evaluation criteria in an expressed testable form in order to determine that the solution meets each requirement provided in the System Documentation. Once test plan is accepted, CONTRACTOR shall test ITMC along with COUNTY personnel documenting each functionality test. Acceptance Testing will be deemed complete at such time that all requirements have passed the functionality testing to COUNTY’s satisfaction. F) FACILITIES AND PREPARATION COUNTY will at its own expense provide all necessary labor and materials for site preparation, electrical services, and cabling required for System Installation. COUNTY shall receive the System Software and follow instructions provided by CONTRACTOR to load it on COUNTY’s System Hardware to prepare the System for processing. G) SYSTEM HARDWARE AND SYSTEM SOFTWARE COUNTY will at its own expense provide and properly maintain and update on an on - going basis all necessary COUNTY System Software and County System Hardware required to operate ITMC. Said COUNTY System Software and County System Hardware shall meet or exceed CONTRACTOR’s recommendations. As part of COUNTY’s responsibility for computer infrastructure, COUNTY is - 16 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 responsible for ensuring that data is secure and protected at all times. CONTRACTOR is not responsible for and cannot be held liable for inadvertent data disclosure or theft by COUNTY employees from COUNTY facilities. H) COUNTY PROJECT MANAGER Upon execution of this Agreement, COUNTY’s Contract Administrator shall designate one individual from ISD who will function as Project Manager with responsibility for day-to- day management of the project for implementation of ITMC. The Project Manager and COUNTY personnel shall have the necessary and appropriate training and experience to implement the terms of this Agreement. COUNTY acknowledges CONTRACTOR’S reliance on same. I) OTHER COUNTY OBLIGATIONS 1) Technical assistance from COUNTY’s ISD staff will be provided during the performance of the installation of the System Software. In particular, COUNTY will provide: a) Network connectivity and troubleshooting assistance. b) Ability to monitor network traffic and isolate bottlenecks. c) Technical assistance concerning the integration with existing COUNTY systems (if applicable). d) Expertise to handle issues with PCs, printers, and cabling before, during, and after rollout. V. TERM The term of this Agreement shall be for a period of three (3) years, commencing on the Effective Date, through and including the last day of the three-year period. This Agreement may be extended for two (2) additional consecutive twelve (12) month periods upon written approval of both parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. The Director of Internal Services/Chief Information Officer or his/her designee, is authorized to execute such written approval on behalf of COUNTY based on CONTRACTOR’s satisfactory performance. - 17 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VI. TERMINATION A) NON-ALLOCATION OF FUNDS The terms of this Agreement, and the services to be provided thereunder, are contingent on the approval of funds by the appropriating government agency. Should sufficient funds not be allocated, the services provided may be modified, or this Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written notice. B) BREACH OF CONTRACT The COUNTY may immediately suspend or terminate this Agreement in whole or in part, where in the determination of the COUNTY there is: 1) An illegal or improper use of funds; 2) A failure to comply with any term of this Agreement; 3) A substantially incorrect or incomplete report submitted to the COUNTY; 4) Improperly performed service. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any breach of this Agreement or any default which may then exist on the part of the CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly refund any such funds upon demand. CONTRACTOR may, upon thirty (30) days prior written notice to COUNTY, terminate this Agreement if COUNTY fails to comply with any material term or condition of this Agreement unless COUNTY cures such failure within such thirty (30) day period, or other such timeframe as may be mutually agreed upon in writing by the parties. C) WITHOUT CAUSE Under circumstances other than those set forth above, this Agreement may be - 18 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 terminated by COUNTY upon the giving of thirty (30) days advance written notice of an intention to terminate to CONTRACTOR. VII. COMPENSATION/INVOICING COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive compensation as follows: A) ONE-TIME FEES FOR INSTALLATION, TRAINING, AND PROJECT MANAGEMENT 1. ITMC Suite Discovery, Lifecycle, & CLR Software License (9,000 devices @ $6.00 per device) $ 54,000.00 2. Software Installation ITMC Discovery $ 10,000.00 3. Software Installation ITMC Lifecycle $ 15,000.00 4. Software Installation CLR Base $ 5,000.00 5. Project Management $ 7,000.00 6. Training (4 days @ $1,000.00 per day) $ 4,000.00 Total One-time fees $ 95,000.00 B) PAYMENT SCHEDULE FOR ONE-TIME FEES 1. 10% upon all parties signing this Agreement. 2. 25% upon System Installation of Licenses. 3. 25% upon completion of training. 4. 40% upon COUNTY’s First Production Use. C) NOT TO EXCEED AMOUNT FOR ONE-TIME FEES It is understood and agreed that the dollar figures listed hereinabove for one-time fees include applicable taxes which may be subject to change during the period for scheduled payments. In no event shall services performed under this Agreement exceed $95,000.00 for one-time fees. D) ANNUAL MAINTENANCE COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive $9,720.00 in First Year Maintenance Fees for ITMC Suite Discovery, Lifecycle, and CLR Software due within forty-five (45) days from First Production Use for the 9,000 devices covered by this Agreement. Subsequent annual maintenance fees will be due within forty-five (45) days from the annual anniversary of the First Production Use date. In year two, the base annual - 19 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 maintenance cost shall not exceed $10,012.00. In year three, the base annual maintenance cost shall not exceed $10,312.00. In no event shall total base maintenance costs for years one, two, and three for this Agreement be in excess of $30,044.00. Should this Agreement be renewed, the base annual maintenance cost for year four shall not exceed $10,621.00, and the base annual maintenance cost for year five shall not exceed $10,940.00. E) ADDITIONAL MAINTENANCE FEES COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive yearly additional maintenance fees of $1.20 per each qualified device over the base 9,000 devices covered by this Agreement. Total additional maintenance fees shall be prorated as determined by the Annual True-Up (as defined below). F) ADDITIONAL LICENSING FEES COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive yearly additional license fees of $6.00 per each qualified device over the base 9,000 devices covered by this Agreement. Total additional maintenance fees shall be pro-rated as determined by the Annual True-Up (as defined below). G) ANNUAL TRUE-UP Sixty (60) days prior to the annual maintenance anniversary, COUNTY will generate the standard True-Up reports contained within the System Software. COUNTY must submit True-Up reports to CONTRACTOR via email. H) ADDITIONAL SERVICE FEES: Additional service fees shall only be paid to CONTRACTOR if any such services described hereinbelow are performed by CONTRACTOR upon COUNTY’s written request. 1. On-site System Consulting or Training daily rate $ 1,000.00 2. Remote Billable Service hourly rate $ 125.00 3. Custom Programming hourly rate $ 125.00 /// /// - 20 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 I) NOT TO EXCEED AMOUNT FOR ADDITIONAL FEES In no event shall additional maintenance, licensing, and service fees exceed a combined amount of $30,000.00 for each one-year period of this Agreement. J) TOTAL CONTRACT AMOUNT In no event shall services performed under this Agreement be in excess of $297,000.00 during the entire possible five (5) year term of this Agreement. It is understood that all expenses incidental to CONTRACTOR’s performance of services under this Agreement shall be borne by CONTRACTOR K) INVOICING CONTRACTOR shall submit invoices (which must reference the provided contract number), either electronically or via mail to the County of Fresno ISD, Accounts Payable, 2048 N. Fine Avenue, Fresno, CA 93727 or Accounts Payable, ISDBusinessOffice@co.fresno.ca.us. COUNTY will pay CONTRACTOR within forty-five (45) days of receipt of an approved invoice, by mail addressed to CONTRACTOR’s remittance address: 75 Remittance Drive, Box 6529, Chicago, IL 60675-6529. VIII. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by CONTRACTOR under this Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method by which CONTRACTOR shall perform its work and function. However, COUNTY shall retain the right to administer this Agreement so as to verify that CONTRACTOR is perfo rming its obligations in accordance with the terms and conditions thereof. CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. - 21 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Because of its status as an independent contractor, CONTRACTOR shall have absolutely no right to employment rights and benefits available to COUNTY employees. CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely responsible and save COUNTY harmless from all matters relating to payment of CONTRACTOR'S employees, including compliance with Social Security withholding and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or to this Agreement. IX. CONFIDENTIALITY A Party receiving Information (defined below) of the other will not disclose such Information other than to persons in its organization who have a need to know and who will be required to comply with this Section. The Party receiving Information will not use such Information for a purpose inconsistent with the terms of this Agreement. “Information” means the Software, Documentation and all information and intellectual property related thereto (including, but not limited to all databases provided to COUNTY by CONTRACTOR whether created by CONTRACTOR or its third party licensors such as, without limitation, the mapping product databases) as well as information related to the business of CONTRACTOR or COUNTY. Information will not include: (i) information publicly known prior to disclosure; (ii) information coming into the lawful possession of the recipient without any confidentiality obligation; and (iii) information required to be disclosed pursuant to regulatory action or court order, provided adequate prior written notice of any request to disclose is given to the Party whose information is to be disclosed. Each Party will exercise at least the same degree of care to safeguard the confidentiality of the other’s Information as it does to safeguard its own proprietary confidential information, but not less than a reasonable degree of care. X. MODIFICATION Any matters of this Agreement may be modified from time to time by the written consent of all the parties without, in any way, affecting the remainder. /// - 22 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 XI. NON-ASSIGNMENT Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the prior written consent of the other party. XII. HOLD HARMLESS CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and all costs and expenses including attorney’s fees and court costs, damages, liabilities, claims, and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees under this Agreement. XIII. INSURANCE Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies throughout the term of the Agreement: A) COMMERCIAL GENERAL LIABILITY Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B) AUTOMOBILE LIABILITY Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five - 23 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non- owned vehicles used in connection with this Agreement. C) PROFESSIONAL LIABILITY If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D) WORKER'S COMPENSATION A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to COUNTY. Within Thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Robert Bash, Chief Information Officer, 2048 N Fine Street, Fresno CA 93727, stating that such insurance coverages have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, o r - 24 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. XIV. AUDITS AND INSPECTIONS CONTRACTOR shall at any time during CONTRACTOR’S normal business hours, and upon prior written notice, as often as the COUNTY may deem necessary, make available to the COUNTY for examination all of its records and data with respect to the matters covered by this Agreement. CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data necessary to ensure CONTRACTOR'S compliance with the terms of this Agreement. Any such examinations or audits shall be at the COUNTY’S expense. If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be subject to the examination and audit of the Auditor General for a period of three (3) years after final payment under contract (Government Code Section 8546.7). XV. NOTICES A) AUTHORITY TO GIVE AND RECEIVE NOTICES The persons and their addresses having authority to give and receive notices under this Agreement include the following: /// /// /// - 25 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 COUNTY OF FRESNO CONTRACTOR Robert Bash Anthony Melina Director of Internal Services/ Chief Information Officer VP Sales 2048 N Fine 8133 Easton Rd Fresno, CA 93727 Ottsville, PA USA 18942 Any and all notices between the COUNTY and the CONTRACTOR provided for or permitted under this Agreement or by law shall be in writing and shall be deemed duly served when personally delivered to one of the parties, or in lieu of such personal services, when deposited in the United States Mail, postage prepaid, addressed to such party or by electronic mail sent to and confirmed by CONTRACTOR at CONTRACTOR’s email address. B) PRIMARY ESCALATION CONTACT INFORMATION The persons and their contact information that the COUNTY or CONTRACTOR can use to escalate problems or situations: (1) COUNTY CONTRACTOR Contact # 1: Contact # 1: Daniel Moore Del Buster Information Technology Manager Customer Support Manager Office Phone: (559) 600-5800 Office Phone: (908) 310-9560 Email: dmoore@co.fresno.ca.us Cell Phone: (973) 661-2048 Email DEL.BUSTER@ERACENT.COM (2) COUNTY CONTRACTOR Contact # 2: Contact # 2: Mark Zack Holly Wynn Information Technology Division Manager Software Solutions & Integration Engineer Office Phone: (559) 600-5800 Office Phone(908) 303-5112 Cell Phone: (559) 349-0210 Cell Phone: (404) 228-6919 Email: mzack@co.fresno.ca.us Email HOLLY.WYNN@ERACENT.COM /// - 26 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 XVI. GOVERNING LAW Venue for any action arising out of or related to this Agreement shall only be in Fresno County, California. The rights and obligations of the parties and all interpretation and performance of this Agreement shall be governed in all respects by the laws of the State of California. XVII. SAFEGUARDS CONTRACTOR shall implement administrative, physical, and technical safeguards as required by the HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Security Rule, Subpart C of 45 CFR 164, that reasonably and appropriately protect the confidentiality, integrity, and availability of PHI, including electronic PHI, that it creates, receives, maintains or transmits on behalf of COUNTY and to prevent unauthorized access, viewing, use, disclosure, or breach of PHI other than as provided for by this Agreement. CONTRACTOR shall conduct an accurate and thorough assessment of the potential risks and vulnerabilities to the confidential, integrity and availability of electronic PHI. CONTRACTOR shall develop and maintain a written information privacy and security program that includes administrative, technical and physical safeguards appropriate to the size and complexity of CONTRACTOR’s operations and the nature and scope of its activities. Upon COUNTY’s request, CONTRACTOR shall provide COUNTY with information concerning such safeguards. CONTRACTOR shall implement strong access controls and other security safeguards and precautions in order to restrict logical and physical access to confidential, personal (e.g., PHI) or sensitive data to authorized users only. Said safeguards and precautions shall include the following administrative and technical password controls for all systems used to process or store confidential, personal, or sensitive data: 1. Passwords must not be: a. Shared or written down where they are accessible or recognizable by anyone else; such as taped to computer screens, stored under keyboards, or visible in a work area; - 27 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 b. A dictionary word; or c. Stored in clear text. 2. Passwords must be: a. Eight (8) characters or more in length; b. Changed every ninety (90) days; c. Changed immediately if revealed or compromised; and d. Composed of characters from at least three (3) of the following f our (4) groups from the standard keyboard: 1) Upper case letters (A-Z); 2) Lowercase letters (a-z); 3) Arabic numerals (0 through 9); and 4) Non-alphanumeric characters (punctuation symbols). CONTRACTOR shall implement the following security controls on each workstation or portable computing device (e.g., laptop computer) containing confidential, personal, or sensitive data: 1. Network-based firewall and/or personal firewall; 2. Continuously updated anti-virus software; and 3. Patch management process including installation of all operating system/software vendor security patches. CONTRACTOR shall utilize a commercial encryption solution that has received FIPS 140-2 validation to encrypt all confidential, personal, or sensitive data stored on portable electronic media (including, but not limited to, compact disks and thumb drives) and on portable computing devices (including, but not limited to, laptop and notebook computers). CONTRACTOR shall not transmit confidential, personal, or sensitive data via e-mail or other internet transport protocol unless the data is encrypted by a solution that has been validated by the National Institute of Standards and Technology (NIST) as conforming to the Advanced Encryption Standard (A ES) Algorithm. CONTRACTOR must apply appropriate sanctions against its employees who fail to comply with these - 28 - 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 safeguards. CONTRACTOR must adopt procedures for terminating access to PHI when employment of employee ends. XVIII. DISCLOSURE OF SELF-DEALING TRANSACTIONS This provision is only applicable if the CONTRACTOR is operating as a corporation (a for- profit or non-profit corporation) or if during the term of this agreement, the CONTRACTOR changes its status to operate as a corporation. Members of the CONTRACTOR’s Board of Directors shall disclose any self-dealing transactions that they are a party to while CONTRACTOR is providing goods or performing services under this agreement. A self -dealing transaction shall mean a transaction to which the CONTRACTOR is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction Disclosure Form (Attachment C) and submitting it to the COUNTY prior to commencing with the self -dealing transaction or immediately thereafter. XIX. ENTIRE AGREEMENT This Agreement constitutes the entire agreement between the CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all previous Agreement negotiations, proposals, commitments, writings, advertisements, publications, and understandings of any nature whatsoever unless expressly included in this Agreement. In the event of any inconsistency in interpreting the documents comprising this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding COUNTY’s RFP No. 208-5407 and CONTRACTOR’s Response thereto); (2) COUNTY’s RFP No. 208-5407; and (3) CONTRACTOR’s Response to RFP No. 208-5407. /// /// /// /// 1 2 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day 3 CONTRACTOR 4 Walt Szablowski, Founder & Executive Chairman 5 j ( 1/ UJtb 6 Date: ---------,..-r--r-----"-=J__..._.~ R.hu-u 7 8 Terry Palmien T asurer & Corporate Secretary ""tf· 9 Date: ----=-0.-&+J_l=O__,..J_L_O_l \.o __ _ r , 10 11 12 13 14 15 16 EracentThl, Inc. 8133 Easton Road Ottsville, PA 18942 FOR ACCOUNTING USE ONLY: 17 FUND: 1020 18 SUBCLASS: 10000 ORG NO.: 8905 19 ACCOUNT NO.: 7309 20 PROGRAM: 0 21 22 23 24 25 26 27 28 -29- COUNTY OF FRESNO ~ . ~ E. >'-~-L~~ Ernest Buddy Mendes Chairman, Board of Supervisors Attest: Bernice E. Seidel Clerk, Board of Supervisors By: (},~ ~ DEP D FOR APPROVAL Ro rt W. Bash, Director of Internal Services/ Chief Information Officer APPROVED AS TO LEGAL FORM Daniel C. Cederberg, County Counsel By:~7.~ ~ / DEPUTY APPR'OVED AS TO ACCOUNTING FORM Vicki Crow, CPA Auditor-Controller/Treasurer-Tax Collector G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc PD-040 (11/2015) COUNTY OF FRESNO REQUEST FOR PROPOSAL NUMBER: 208-5407 SOFTWARE ASSET MANAGEMENT SYSTEM Issue Date: December 15, 2015 Closing Date: JANUARY 28, 2016 Proposal will be considered LATE when the official Purchasing time clock reads 2:00 P.M. Questions regarding this RFP should be directed to: Nick Chin, phone (559) 600-7113 or e-mail countypurchasing@co.fresno.ca.us. Check County of Fresno Purchasing’s website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for any future addenda. Please submit all Proposals to: County of Fresno - Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated, subject to the attached “County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals (RFP’s) And Requests For Quotations (RFQ’s)”. COMPANY ADDRESS CITY STATE ZIP CODE ( ) ( ) TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS SIGNATURE (IN BLUE INK) PRINT NAME TITLE PURCHASING USE: NC:ssj ORG/Requisition: 8905 / 8905160345 Attachment A Page 1 of 34 Proposal No. 208-5407 1A CCOOUUNNTTYY OOFF FFRREESSNNOO PPUURRCCHHAASSIINNGG STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S) Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's GENERAL CONDITIONS By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid. 1. BID PREPARATION: A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid. B) Brand Names: Brand names and numbers when given are for reference. Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified. C) State brand or make of each item. If bidding on other than specified, state make, model and brand being bid and attach supporting literature/specifications to the bid. D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed. E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated. F) All bids must be dated and signed with the firm’s name and by an authorized officer or employee. G) Unless otherwise noted, prices shall be firm for one hundred eighty (180) days after closing date of bid. 2. SUBMITTING BIDS: A) Each bid must be submitted on forms provided in a sealed envelope/package with bid number and closing date and time on the outside of the envelope/package. B) Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. C) ISSUING AGENT/AUTHORIZED CONTACT: This RFP/RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFP/RFQ, its content, and all issues concerning it. All communication regarding this RFP/RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFP/RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFP/RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFP/RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFP/RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. D) Bids received after the closing time will NOT be considered. E) Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost. 3. FAILURE TO BID: A) If not bidding, return bid sheet and state reason for no bid or your name may be removed from mailing list. 4. TAXES, CHARGES AND EXTRAS: A) County of Fresno is subject to California sales and/or use tax (8.225%). Please indicate as a separate line item if applicable. B) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. C) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. D) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. 5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION & CALIFORNIA FORM 590 WITHHOLDING EXEMPTION CERTIFICATE: Upon award of bid, the vendor shall submit to County Purchasing, a completed IRS Form W-9 - Request for Taxpayer Identification Number and Attachment A Page 2 of 34 Proposal No. 208-5407 1B Certification and a California Form 590 Withholding Exemption Certificate if not currently a County of Fresno approved vendor. 6. AWARDS: A) Award(s) will be made to the most responsive responsible bidder; however, the Fresno County Local Vendor Preference and/or the Disabled Veteran Business Enterprise Preference shall take precedence when applicable. Said Preferences apply only to Request for Quotations for materials, equipment and/or supplies only (no services); the preference do not apply to Request for Proposals. RFQ evaluations will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County. The County shall be the sole judge in making such determination. B) Unless bidder gives notice of all-or-none award in bid, County may accept any item, group of items or on the basis of total bid. C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. D) Award Notices are tentative: Acceptance of an offer made in response to this RFP/RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. E) After award, all bids shall be open to public inspection. The County assumes no responsibility for the confidentiality of information offered in a bid. 7. TIE BIDS: All other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. 8. PATENT INDEMNITY: The vendor shall hold the County, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or un-copyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with this bid. 9. SAMPLES: Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate. 10. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT: A) In case of default by vendor, the County may procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of the vendor, if any, or by suit against the vendor. The prices paid by the County shall be considered the prevailing market price at the time such purchase is made. B) Articles or services, which upon delivery inspection do not meet specifications, will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non-specified goods or services. C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder. 11. DISCOUNTS: Terms of less than fifteen (15) days for cash payment will be considered as net in evaluating this bid. A discount for payment within fifteen (15) days or more will be considered in determining the award of bid. Discount period will commence either the later of delivery or receipt of invoice by the County. Standard terms are Net forty-five (45) days. 12. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS: The “General Conditions” provisions of this RFP/RFQ shall be superseded if in conflict with any other section of this bid, to the extent of any such conflict. 13. SPECIAL REQUIREMENT: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Material Safety Data Sheet for each product, which contains any substance on “The List of 800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) 14. RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. 15. YEAR COMPLIANCE WARRANTY: Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit year format and be able to accurately process date and time data from, into and between the twentieth and twenty-first centuries, as well as leap year calculations. "Product" shall include, without limitation, any piece or component of equipment, hardware, firmware, middleware, custom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement. In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein, so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation, data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year performance. 16. PARTICIPATION: Bidder may agree to extend the terms of the resulting contract to other political subdivision, municipalities and tax-supported agencies. Such participating Governmental bodies shall make purchases in their own name, make payment directly to bidder, and be liable directly to the bidder, holding the County of Fresno harmless. Attachment A Page 3 of 34 Proposal No. 208-5407 1C 17. CONFIDENTIALITY: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County’s monitoring of said compliance. Vendor may be a business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’s Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. 18. APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A “Notice of Award” is not an indication of County’s acceptance of an offer made in response to this RFP/RFQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFP/RFQ contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP/RFQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAO within seven (7) working days after Purchasing’s notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO’s decision, the final appeal is with the Board of Supervisors. 19. OBLIGATIONS OF CONTRACTOR: A) CONTRACTOR shall perform as required by the ensuing contract. CONTRACTOR also warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B) CONTRACTOR shall obey all Federal, State, local and special district laws, ordinances and regulations. 20. AUDITS & RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3) years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. 21. DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS: Applies to Request for Proposal (RFP); does not apply to Request for Quotation (RFQ) unless specifically stated elsewhere in the RFQ document. In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their owners, officers, corporate managers and partners (hereinafter collectively referred to as “Bidder”):  Within the three-year period preceding the proposal, they have been convicted of, or had a civil judgment rendered against them for: o fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; o violation of a federal or state antitrust statute; o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or o false statements or receipt of stolen property Within a three-year period preceding their proposal, they have had a public transaction (federal, state, or local) terminated for cause or default. 22. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the COUNTY for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the COUNTY, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of COUNTY data including sensitive or personal client information; abuse of COUNTY resources; and/or disruption to COUNTY operations. Individuals and/or agencies may not connect to or use COUNTY networks/systems via personally owned mobile, wireless or handheld devices unless authorized by COUNTY for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (COUNTY or Contractor device) or brought in for use into the COUNTY’s system(s) without prior authorization from COUNTY’s Chief Information Officer and/or designee(s). No storage of COUNTY’s private, confidential or sensitive data on any hard- disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The COUNTY will immediately be notified of any violations, breaches or potential breaches of security related to COUNTY’s confidential information, Attachment A Page 4 of 34 Proposal No. 208-5407 1D data and/or data processing equipment which stores or processes COUNTY data, internally or externally. COUNTY shall provide oversight to Contractor’s response to all incidents arising from a possible breach of security related to COUNTY’s confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by COUNTY in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. 23. PURCHASING LOCATION & HOURS: Fresno County Purchasing is located at 4525 E. Hamilton Avenue (second floor), Fresno, CA 93702. Non-holiday hours of operation are Monday through Friday, 8:00 A.M. to 12:00 Noon and 1:00 P.M. to 5:00 P.M. PST; Purchasing is closed daily from 12:00 Noon to 1:00 P.M. The following holiday office closure schedule is observed: January 1* New Year's Day Third Monday in January Martin Luther King, Jr.’s Birthday Third Monday in February Washington - Lincoln Day March 31* Cesar Chavez’ Birthday Last Monday in May Memorial Day July 4* Independence Day First Monday in September Labor Day November 11* Veteran's Day Fourth Thursday in November Thanksgiving Day Friday following Thanksgiving December 25* Christmas * When this date falls on a Saturday, the holiday is observed the preceding Friday. If the date falls on a Sunday, the holiday is observed the following Monday. 24. FRESNO COUNTY BOARD OF SUPERVISORS ADMINISTRATIVE POLICIES: ADMINISTRATIVE POLICY NUMBER 5 Contract Salary Limitation Fresno County Administrative Policy No. 5 provides that in contracts with non- profit organizations that primarily serve Fresno County and professional service contracts where Fresno County is the sole client, the contractors must agree to the following contract language: “The contractor agrees to limit administrative cost to a maximum of 15% of the total program budget and to limit employee benefits to a maximum of 20% of total salaries for those employees working under this agreement during the term of the agreement. Failure to conform to this provision will be grounds for contract termination at the option of the County of Fresno.” Any bidder that wishes an exemption from this contract requirements must set forth the request for exemption, as well as a complete explanation of why the exemption should be granted, in the bidder’s response to the RFP. Only the Board of Supervisors can approve such exemption. Policy Statement: Contractors shall be limited to a maximum 15% administrative cost as compared to the total program budget and employee benefits shall be limited to a maximum of 20% of salaries. The following language will be included in each applicable contract: "The contractor agrees to limit administrative cost to a maximum of 15% of the total program budget and to limit employee benefits to a maximum of 20% of total salaries for those employees working under this agreement during the term of this agreement. Failure to conform to this provision will be grounds for contract termination at the option of the County of Fresno." The above provision shall be applied to renewal or multi-year contracts with non-profit organizations which primarily serve Fresno County and professional services contracts where Fresno County is the sole client, such as:  Community based organization service contracts related to social services, health services, or probation services.  Cultural art program contracts.  Professional services contracts. This policy will not apply to contracts between the County and the Federal or State governments; or one-time contracts. The Board of Supervisors will consider exemptions to this policy only upon the recommendation of the County Administrative Office. Management Responsibility: It shall be the responsibility of any County official authorized by the Board of Supervisors to execute contracts or enter into agreements on behalf of the County to review all applicable contracts to insure that this policy is fully enforced. It shall be the responsibility of the County Administrative Officer to review requests for exemptions to this policy and to make recommendations to the Board of Supervisors on such requests for exemption. ADMINISTRATIVE POLICY NUMBER 34 Competitive Bids and Requests for Proposals Fresno County Administrative Policy No. 34 provides that no person, firm or subsidiary thereof who has been awarded a consulting services contract by the County, may submit a bid for, or be awarded a contract for, the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. Any bidder that wishes an exemption from this contract limitation must set forth the request for exemption, as well as a complete explanation of why the exemption should be granted, in the bidder’s response to the RFP. Only the Board of Supervisors, on a four-fifths (4/5) vote finding that such waiver is in the best interests of the County, can waive this policy. Definitions: Purchasing Authority and Responsibility – In accordance with the State of California Government Code Section 25500 et seq., and the Fresno County Ordinance Code Chapter 2.56, the Board of Supervisors has established a County Purchasing Agent. The Board has designated the County Administrative Officer as the Purchasing Agent. Unless otherwise restricted, all necessary authority and responsibility has been delegated to the Purchasing Agent to satisfy the acquisition requirements of the County. The Purchasing Agent may defer day-to-day acquisition management to the Purchasing Manager as appropriate. Policy Statement: Competitive bids or requests for proposals shall be secured for all contracts for goods or services which are proposed to be acquired by the County except when in unusual or extraordinary circumstances, a department head, requests an exception to competitive bidding. All such requests must be documented by the department head including a detailed description of the facts justifying the exception. The Attachment A Page 5 of 34 Proposal No. 208-5407 1E request must receive concurrence of the procurement authority who will sign that particular contract i.e. the Board of Supervisors or Purchasing Agent/Purchasing Manager. The following circumstances are examples which constitute “Suspension of Competition”:  In an emergency when goods or services are immediately necessary for the preservation of the public health, welfare, or safety, or for the protection of County property.  When the contract is with a federal, state, or local governmental agency.  When the department head, with the concurrence of the Purchasing Agent, finds that the cost of preparing and administering a competitive bidding process in a particular case will equal or exceed the estimated contract amount or $1,000 whichever is more.  When a contract provides only for payment of per diem and travel expenses and there is to be no payment for services rendered.  When obtaining the services of expert witnesses for litigation or special counsel to assist the County.  When in unusual or extraordinary circumstances, the Board of Supervisors or the Purchasing Agent/Purchasing Manager determines that the best interests of the County would be served by not securing competitive bids or issuing a request for proposal. Contracts for services should not usually cover a period of more than one year although a longer period may be approved in unusual circumstances. Multiple year contracts must include provisions for early termination and must be contingent on available funding. Unless exempted as provided for above, no contract for service shall extend, either by original contract or by extension, beyond three years unless competitive bids have been sought or a Request for Proposal has been processed. During any competitive bidding procedure, all bids shall be opened publicly and the dollar amount of each bid shall be read aloud. Under no circumstance shall a bid which is received at the designated place of opening after the closing time be opened or considered. Contracts for goods or services shall not be effective until approved by the Board of Supervisors or, if appropriate, the Purchasing Agent/Purchasing Manager. Contractors and vendors shall be advised by the responsible department head that performance under the contract may not commence prior to such approval. Medical Professional Contracts The competitive recruitment process, annual performance evaluation, and periodic salary surveys are equivalent to competitive bids for independent physicians contracting with the County on a fee for service basis. A salary survey for physician services shall be conducted every two years. Contracts for physician services shall not extend, either by original contract or by extension, beyond five years unless competitive bids have been sought or unless exempted as provided above. Contracts for Legal Services The competitive recruitment process, annual performance evaluation, and periodic salary surveys are equivalent to competitive bids for independent law firms and attorneys contracting with the County on a fee for service basis. A salary survey for legal services shall be conducted every two years. The selection of and contracting with firms to provide legal services shall be coordinated through the County Counsel's Office. The County Counsel shall assist in securing a law firm with the requisite legal expertise and price structure that would provide the best service to the County. County Counsel shall be involved throughout the process of selecting a firm, developing a contract, and monitoring the billing and services provided throughout the contract period. Prohibited Bids Concerning End Product of Consulting Contracts No person, firm, or subsidiary thereof who has been awarded a consulting services contract by the County, shall be awarded a contract for the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. This policy may be waived by the Board of Supervisors on a four-fifths (4/5) vote finding that such waiver is in the best interests of the County. Management Responsibility: The County Administrative Officer is responsible for preparing and issuing written procedures to assure compliance with this policy by all County officials and departments. ADMINISTRATIVE POLICY NUMBER 71 Prohibiting the Use of Public Funds for Political Advocacy Fresno County Administrative Policy No. 71 provides that no County assets, including money, shall be used for political campaigns of any type. Political campaigns are defined as political advocacy for or opposition to a matter or person that has qualified for the ballot. No contract entered into by the County shall provide for use of County monies for political campaigns. Policy Statement: Government assets, including money, grant funds, paid staff time, equipment and supplies, facilities or any other government asset shall not be used for political campaigns of any type. Political campaigns are defined as political advocacy for or opposition to a matter or person that has qualified for the ballot. Management Responsibility: Department Heads shall be held responsible for ensuring that government assets within their control are not used to advocate for or against any matter or person that has qualified for the ballot. This section does not prohibit the expenditure of government assets to create and provide informational or educational materials regarding a matter that has qualified for the ballot. Such information or educational materials shall provide a fair, accurate and impartial presentation of relevant information relating to the matter that has qualified for the ballot. However, government assets shall not be expended to create and provide such informational or educational materials in the 90 days prior to the election unless specifically authorized by the Board of Supervisors or required by the Public Records Act or other law. Attachment A Page 6 of 34 Proposal No. 208-5407 Page 2 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc TABLE OF CONTENTS PAGE OVERVIEW ..................................................................................................................... 3  KEY DATES .................................................................................................................... 3  TRADE SECRET ACKNOWLEDGEMENT ..................................................................... 4  DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS ............................................. 6  REFERENCE LIST .......................................................................................................... 9  PARTICIPATION ........................................................................................................... 10  GENERAL REQUIREMENTS ....................................................................................... 11  BIDDING INSTRUCTIONS AND REQUIREMENTS ..................................................... 17  SCOPE OF WORK ........................................................................................................ 19  COST PROPOSAL ........................................................................................................ 24  PROPOSAL CONTENT REQUIREMENTS ................................................................... 25  AWARD CRITERIA ....................................................................................................... 28  CHECK LIST ................................................................................................................. 29  Attachment A Page 7 of 34 Proposal No. 208-5407 Page 3 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc OVERVIEW The County of Fresno on behalf of the Department of Internal Services (ISD) is requesting proposals from qualified vendors to provide a Software Asset Management (SAM) system. The Software Asset Management system will facilitate monitoring and tracking of various software installed on personal computers (PC) and servers. The new system is expected to be a user friendly, functionally rich, and technologically current integrated system. It must have been successfully deployed and fully operational for at least six months at the time of proposal submission for a client which is similar in size and complexity to the County of Fresno. The County of Fresno has approximately 7,000 employees and approximately 10,000 servers and PCs that would utilize this system. KEY DATES RFP Issue Date: December 15, 2015 Vendor Conference: January 7, 2016 at 10:00 A.M. Vendors are to contact Nick Chin at (559) 600-7113 or countypurchasing@co.fresno.ca.us to receive a Skype invitation to the conference call. (Skype for Business is not required to participate. The link provided in the emailed invitation will open Skype for Business in any web browser.) Skype for Business Meeting Conference Call #: (559) 600-9870 Conference ID: 859672 Deadline for Written Requests for Interpretations or Corrections of RFP: January 12, 2016 at 10:00 A.M. E-Mail: CountyPurchasing@co.fresno.ca.us RFP Closing Date: January 28, 2016 at 2:00 P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 Attachment A Page 8 of 34 Proposal No. 208-5407 Page 4 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc TRADE SECRET ACKNOWLEDGEMENT All proposals received by the County shall be considered "Public Record" as defined by Section 6252 of the California Government Code. This definition reads as follows: "...Public records" includes 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 "Public records" in the custody of, or maintained by, the Governor's office means any writing prepared on or after January 6, 1975." Each proposal submitted is Public record and is therefore subject to inspection by the public per Section 6253 of the California Government Code. This section states that "every person has a right to inspect any public record". The County will not exclude any proposal or portion of a proposal from treatment as a public record except in the instance that it is submitted as a trade secret as defined by the California Government Code. Information submitted as proprietary, confidential or under any other such terms that might suggest restricted public access will not be excluded from treatment as public record. "Trade secrets" as defined by Section 6254.7 of the California Government Code are deemed not to be public record. This section defines trade secrets as: "...Trade secrets," as used in this section, may include, but are not limited to, any formula, plan, pattern, process, tool, mechanism, compound, procedure, production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate, produce, or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Information identified by bidder as "trade secret" will be reviewed by County of Fresno's legal counsel to determine conformance or non-conformance to this definition. Such material should be submitted in a separate binder marked "Trade Secret". Examples of material not considered to be trade secrets are pricing, cover letter, promotional materials, etc. INFORMATION THAT IS PROPERLY IDENTIFIED AS TRADE SECRET AND CONFORMS TO THE ABOVE DEFINITION WILL NOT BECOME PUBLIC RECORD. COUNTY WILL SAFEGUARD THIS INFORMATION IN AN APPROPRIATE MANNER. Information identified by bidder as trade secret and determined not to be in conformance with the California Government Code definition shall be excluded from the proposal. Such information will be returned to the bidder at bidder's expense upon written request. Trade secrets must be submitted in a separate binder that is plainly marked "Trade Secrets." The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if they are not (1) submitted in a separate binder that is plainly marked "Trade Secret" on the outside; and (2) if disclosure is required or allowed under the provision of law or by order of Court. Vendors are advised that the County does not wish to receive trade secrets and that vendors are not to supply trade secrets unless they are absolutely necessary. Attachment A Page 9 of 34 Proposal No. 208-5407 Page 5 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc TRADE SECRET ACKNOWLEDGEMENT I have read and understand the above "Trade Secret Acknowledgement." I understand that the County of Fresno has no responsibility for protecting information submitted as a trade secret if it is not delivered in a separate binder plainly marked "Trade Secret." I also understand that all information my company submits, except for that information submitted in a separate binder plainly marked “Trade Secret,” are public records subject to inspection by the public. This is true no matter whether my company identified the information as proprietary, confidential or under any other such terms that might suggest restricted public access. Enter company name on appropriate line: Has submitted information identified as Trade Secrets in a separate marked binder.** (Company Name) Has not submitted information identified as Trade Secrets. Information submitted as proprietary confidential or under any other such terms that might suggest restricted public access will not be excluded from treatment as public record. (Company Name) ACKNOWLEDGED BY: ( ) Signature (In Blue Ink) Telephone Print Name and Title Date Address City State Zip **Bidders brief statement that clearly sets out the reasons for confidentiality in conforming with the California Government Code definition. Attachment A Page 10 of 34 Proposal No. 208-5407 Page 6 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their owners, officers, corporate managers and partners (hereinafter collectively referred to as “Bidder”):  Within the three-year period preceding the proposal, they have been convicted of, or had a civil judgment rendered against them for: o fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; o violation of a federal or state antitrust statute; o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or o false statements or receipt of stolen property  Within a three-year period preceding their proposal, they have had a public transaction (federal, state, or local) terminated for cause or default. Disclosure of the above information will not automatically eliminate a Bidder from consideration. The information will be considered as part of the determination of whether to award the contract and any additional information or explanation that a Bidder elects to submit with the disclosed information will be considered. If it is later determined that the Bidder failed to disclose required information, any contract awarded to such Bidder may be immediately voided and terminated for material failure to comply with the terms and conditions of the award. Any Bidder who is awarded a contract must sign an appropriate Certification Regarding Debarment, Suspension, and Other Responsibility Matters. Additionally, the Bidder awarded the contract must immediately advise the County in writing if, during the term of the agreement: (1) Bidder becomes suspended, debarred, excluded or ineligible for participation in federal or state funded programs or from receiving federal funds as listed in the excluded parties list system (http://www.epls.gov); or (2) any of the above listed conditions become applicable to Bidder. The Bidder will indemnify, defend and hold the County harmless for any loss or damage resulting from a conviction, debarment, exclusion, ineligibility or other matter listed in the signed Certification Regarding Debarment, Suspension, and Other Responsibility Matters. Attachment A Page 11 of 34 Proposal No. 208-5407 Page 7 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS--PRIMARY COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Attachment A Page 12 of 34 Proposal No. 208-5407 Page 8 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc CERTIFICATION (1) The prospective primary participant certifies to the best of its knowledge and belief, that it, its owners, officers, corporate managers and partners: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Signature: (in blue ink) Date: (Printed Name & Title) (Name of Agency or Company) Attachment A Page 13 of 34 Proposal No. 208-5407 Page 9 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR PROPOSAL Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar services. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFP. Attachment A Page 14 of 34 Proposal No. 208-5407 Page 10 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. * Note: This form/information is not rated or ranked for evaluation purposes. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature in Blue Ink) Title Attachment A Page 15 of 34 Proposal No. 208-5407 Page 11 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc GENERAL REQUIREMENTS DEFINITIONS: The terms Bidder, Proposer, Contractor, and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the proposal. LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this Request for Proposal. RFP CLARIFICATION AND REVISIONS: Any revisions to the RFP will be issued and distributed as written addenda. FIRM PROPOSAL: All proposals shall remain firm for at least one hundred eighty (180) days. PROPOSAL PREPARATION: Proposals should be submitted in the formats shown under "PROPOSAL CONTENT REQUIREMENTS" section of this RFP. County of Fresno will not be held liable or any cost incurred by bidders responding to RFP. Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost. SUPPORTIVE MATERIAL: Additional material may be submitted with the proposal as appendices. Any additional descriptive material that is used in support of any information in your proposal must be referenced by the appropriate paragraph(s) and page number(s). Bidders are asked to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified in the Table of Contents. Pages must be numbered on the bottom of each page. Any proposal attachments, documents, letters and materials submitted by the vendor shall be binding and included as a part of the final contract should your bid be selected. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the proposal it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's place of doing business. RETENTION: County of Fresno reserves the right to retain all proposals, excluding proprietary documentation submitted per the instructions of this RFP, regardless of which response is selected. ORAL PRESENTATIONS: Each finalist may be required to make an oral presentation in Fresno County and answer questions from County personnel. AWARD/REJECTION: The award will be made to the vendor offering the overall proposal deemed to be to the best advantage of the County. The County shall be the sole judge in making such determination. The County reserves the right to reject any and all proposals. The lowest bidders are not arbitrarily the vendors whose proposals will be selected. Award Notices are tentative: Acceptance of an offer made in response to this RFP shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. County Purchasing will chair or co-chair all award, evaluation and contract negotiation committees. Award may require approval by the County of Fresno Board of Supervisors. WAIVERS: The County reserves the right to waive any informalities or irregularities and any technical or clerical errors in any quote as the interest of the County may require. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. Attachment A Page 16 of 34 Proposal No. 208-5407 Page 12 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. PROPOSAL REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your proposal. ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. BIDDERS LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFP. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the State of California. Any claim which cannot be amicably settled without court action will be litigated in the U. S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFP or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a proposal/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. Bidders are to quote a separate price for a performance bond. ACQUISITIONS: The County reserves the right to obtain the whole system/services/goods as proposed or only a portion of the system/services/goods, or to make no acquisition at all. OWNERSHIP: The successful vendor will be required to provide to the County of Fresno documented proof of ownership by the vendor, or its designated subcontractor, upon request of the proposed programs/services/goods. EXCEPTIONS: Identify with explanation, any terms, conditions, or stipulations of the RFP with which you CAN NOT or WILL NOT comply. ADDENDA: In the event that it becomes necessary to revise any part of this RFP, addenda will be provided to all agencies and organizations that receive the basic RFP. SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks should be provided. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or proposal submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to Attachment A Page 17 of 34 Proposal No. 208-5407 Page 13 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee, whose position in the County enables him to influence the selection of a contractor for this RFP, or any competing RFP, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. 6. In addition, no County employee will be employed by the selected vendor to fulfill the vendor’s contractual obligations to the County. ORDINANCE 3.08.130 – POST-SEPARATION EMPLOYMENT PROHIBITED: No officer or employee of the County who separates from County service shall for a period of one year after separation enter into any employment, contract, or other compensation arrangement with any County consultant, vendor, or other County provider of goods, materials, or services, where the officer or employee participated in any part of the decision making process that led to the County relationship with the consultant, vendor or other County provider of goods, materials or services. Pursuant to Government Code section 25132(a), a violation of the ordinance may be enjoined by an injunction in a civil lawsuit, or prosecuted as a criminal misdemeanor. EVALUATION CRITERIA: Respondents will be evaluated on the basis of their responses to all questions and requirements in this RFP and product cost. The County shall be the sole judge in the ranking process and reserves the right to reject any or all bids. False, incomplete or unresponsive statements in connection with this proposal may be sufficient cause for its rejection. SELECTION PROCESS: All proposals will be evaluated by a team consisting of representatives from appropriate County Department(s), and Purchasing. It will be their responsibility to make the final recommendations. Purchasing will chair or co-chair the evaluation or evaluation process. Organizations that submit a proposal may be required to make an oral presentation to the Selection Committee. These presentations provide an opportunity for the individual, agency, or organization to clarify its proposal to ensure thorough, mutual understanding. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venture, partner, or associate of the County. Furthermore, County shall have no right to control, supervise, or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the COUNTY or to the Agreement. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation Attachment A Page 18 of 34 Proposal No. 208-5407 Page 14 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the proposal, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. ADDRESSES AND TELEPHONE NUMBERS: The vendor will provide the business address and mailing address, if different, as well as the telephone number of the individual signing the contract. ASSURANCES: Any contract awarded under this RFP must be carried out in full compliance with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFP. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFP. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three (3) years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Attachment A Page 19 of 34 Proposal No. 208-5407 Page 15 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Internal Services Department, Attn: Vincent Montgomery, 2048 N. Fine Avenue, Fresno, CA 93727, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. AUDIT AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. DEFAULT: In case of default by the selected bidder, the County may procure materials and services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. BREACH OF CONTRACT: In the event of breach of contract by either party, the other party shall be relieved of its obligations under this agreement and may pursue any legal remedies. CONFIDENTIALITY: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County’s monitoring of said compliance. Vendor may be a Business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County, as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures of PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’s Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Attachment A Page 20 of 34 Proposal No. 208-5407 Page 16 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. APPEALS: Appeals must be submitted in writing within *seven (7) working days after notification of proposed recommendations for award. A “Notice of Award” is not an indication of County’s acceptance of an offer made in response to this RFP. Appeals shall be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue 2nd Floor, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFP contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP process. Purchasing will provide a written response to the complainant within *seven (7) working days unless the complainant is notified more time is required. If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAO within seven (7) working days after Purchasing’s notification; except, if notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO’s decision, the final appeal is with the Board of Supervisors. *The seven (7) working day period shall commence and be computed by excluding the first day and including the last day upon the date that the notification is issued by the County. RIGHTS OF OWNERSHIP: The County shall maintain all rights of ownership and use to all materials designed, created or constructed associated with this service/project/program. Attachment A Page 21 of 34 Proposal No. 208-5407 Page 17 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc BIDDING INSTRUCTIONS AND REQUIREMENTS ISSUING AGENT: This RFP has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFP, its content, and all issues concerning it. AUTHORIZED CONTACT: All communication regarding this RFP shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFP is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFP. Contact with any other County representative, including elected officials, for the purpose of discussing this RFP, it content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFP, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. VENDOR CONFERENCE: On January 7, 2016 at 10:00 A.M., a vendor's conference will be held in which the scope of the project and proposal requirements will be explained. The meeting will be held as a conference call on Skype for Business. Skype for Business is not required to participate. Vendors are to contact Nick Chin at (559) 600-7113 or countypurchasing@co.fresno.ca.us to receive a Skype invitation to the conference call. The link provided in the emailed invitation will open Skype for Business in any web browser. Addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference. Skype for Business Meeting Conference Call #: (559) 600-9870 Conference ID: 859672 NUMBER OF COPIES: Submit one (1) original, with two (2) *reproducible compact disc enclosed and seven (7) copies of your proposal no later than the proposal closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy to be identical to the original, include all supporting documentation (e.g. literature, brochures, reports, schedules etc.). The cover page of each quotation is to be appropriately marked “Original” or “Copy”. *Bidder shall submit two (2) reproducible compact discs (e.g.: PDF file) containing the complete proposal excluding trade secrets. Compact discs should accompany the original binder and should be either attached to the inside cover of the binder or inserted in an attached sleeve or envelope in the front of the binder to insure the discs are not misplaced. INTERPRETATION OF RFP: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFP and fully inform themselves as to the quality and character of services required. If any person planning to submit a proposal finds discrepancies in or omissions from the RFP or has any doubt as to the true meaning or interpretation, correction thereof may be requested at the scheduled Vendor Conference (see above). Any change in the RFP will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations. Attachment A Page 22 of 34 Proposal No. 208-5407 Page 18 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions: a. Such questions are submitted in writing to the County Purchasing not later than January 12, 2016 at 10:00 a.m. Questions must be directed to the attention of Nick Chin, Purchasing Analyst. b. Such questions are submitted with the understanding that County can respond only to questions it considers material in nature. c. Questions shall be e-mailed to CountyPurchasing@co.fresno.ca.us. NOTE: The bidder is encouraged to submit all questions at the Vendor Conference. Time limitations can prevent a response to questions submitted after the conference. SELECTION COMMITTEE: All proposals will be evaluated by a team co-chaired by Purchasing. All proposals will be evaluated by a review committee that may consist of County of Fresno Purchasing, department staff, community representatives from advisory boards and other members as appropriate. The proposals will be evaluated in a multi-stage selection process. Some bids may be eliminated or set aside after an initial review. If a proposal does not respond adequately to the RFP or the bidder is deemed unsuitable or incapable of delivering services, the proposal may be eliminated from consideration. It will be the selection committee’s responsibility to make the final recommendation to the Department Head. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years with the option to renew for up to two (2) additional one (1) year periods based on mutual written consent. County will retain the right to terminate the Agreement upon giving thirty (30) days advance written notification to the Contractor. PAYMENT: The County of Fresno, if appropriate, may use Procurement Card to place and make payment for orders under the ensuing contract. AUDITED FINANCIAL STATEMENTS: Copies of the audited Financial Statements for the last three (3) years for the business, agency or program that will be providing the service(s) proposed. If audited statements are not available, complied or reviewed statements will be accepted with copies of three years of corresponding federal tax returns. This information is to be provided after the RFP closes, if requested. Do not provide with your proposal. CONTRACT NEGOTIATION: The County will prepare and negotiate its own contract with the selected vendor, giving due consideration to standard contracts and associated legal documents submitted as a part of bidder’s response to the RFP. The tentative award of the contract is based on successful negotiation pending formal recommendation of award. Bidder is to include in response the names and titles of officials authorized to conduct such negotiations. NOTICES: All notices, payments, invoices, insurance and endorsement certificates, etc. need to be submitted as follows: referencing contract/purchase order number, department, position, title and address of administering official. EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to the supplier's designated Accounts Receivable contact by e- mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts Payable, 559-600- 3609. Attachment A Page 23 of 34 Proposal No. 208-5407 Page 19 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc SCOPE OF WORK The County of Fresno on behalf of the Internal Services Department (ISD) is requesting proposals from qualified vendors to provide a Software Asset Management (SAM) system for support of approximately 10,000 servers and PCs. Cost of the system should be based on estimated 10,000 devices. The main goals for usage of this system will be:  Identification of Software Assets  Verifying Software Asset usage  Recording Software Asset including licensing and maintenance  Identifying gaps that may exist between licenses purchased and licenses consumed  Taking action to close any gaps  Recording the results in a centralized location with rights of entitlement records Fully describe how your proposed solution would attain each of the business objectives identified below. Refer to the section and number in your response for each item. OBJECTIVES The objective of the SAM solution is for ISD to acquire and implement a system that allows the tracking of installed software, the licenses associated with that software, and software compliance. Fully describe how the SAM may support each of the business objectives identified below: 1. Provide a user-friendly, functionally rich, and technologically current integrated system which must have been successfully and fully operational in an organization of similar size and complexity as the County of Fresno for at least six months at the time of proposal evaluation. 2. Be an operationally proven package that can be implemented quickly so that its benefits can begin to accrue within a reasonable period of time. 3. Provide strong end-user, ad hoc data access and reporting capabilities. 4. Remain current with general information technology industry standards. 5. Provide an application programming interface (API) to interface with other systems. 6. Provide a software asset management tool that is capable of recording various types of licenses organized by department within the County. 7. Provide discovery software installed across the computer network, and collect software file information such as title, product ID, size, date, path, and version. This discovery software should not severely impact the performance of the workstation or network. Identify the expected performance impacts. 8. Provide a software license auditing tool that will run over the network and identify deployed licenses across all systems of the network. This tool should provide reporting of installed licenses to a centralized database. 9. Track software license keys along with key information such as software product, owner, and installed location. 10. Provide an inventory of the assets for all systems. 11. Differentiate between named user license, volume licenses, enterprise agreement licenses, concurrent licenses, Original Equipment Manufacturer (OEM) licenses, evaluation license, and free licenses. 12. Compare licenses purchased to consumed and identify under/overages. 13. Provide the ability to uninstall invalid or non-compliant licenses. 14. Monitor software utilization. Attachment A Page 24 of 34 Proposal No. 208-5407 Page 20 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc 15. Describe any related modules that might include order tracking, hardware tracking, or any supplemental products that might benefit the County of Fresno and include separate pricing for these models. SYSTEM ARCHITECTURE Describe how the SAM may provide the specific functionality required to support the architecture components requirements 1. Describe how your proposed system is consistent or compatible with the following desired architecture components: A. Browser-based architecture which maintains a centralized data repository and processes that data on a central application server. B. Operate on a data network developed and maintained by ISD, which will include Local and Wide Area Networks (LAN/WAN). C. Hardware, operating system, database management system, and programming languages which are currently supported and commonly used in the IT industry. D. An API E. A software development kit(SDK) 2. Provide high level diagram(s) of the overall proposed/recommended system including inbound and outbound information flows through the different components of the system. 3. Provide a description of who/where the various components fit in the overall system. Indicate where each component resides, i.e., server, desktop PC, etc. 4. Describe what is shipped to your customers, i.e., source code, object code, manuals, documentation, sample reports, etc. TECHNOLOGY REQUIREMENTS The SAM must be capable of operating within the existing Fresno County IT environment including its Local and Wide Area data network and hardware and software infrastructure. It must comply with internal County IT standards so the application does not require its own separate technical environment, and have the capability of inter-operating, integrating, and/or interfacing with County systems as well as with standard office automation products. 1. The application must run on a client operating system that is consistently and currently supported by the operating system vendor. Applications under maintenance are expected to always be current in regard to the required client O/S. No outdated or unsupported client O/S will be implemented on the County network. 2. In order to support a secure environment, the application must run on the latest supported release of any required third-party software, such as JAVA, Flash, etc. within 30 days of release. 3. Should the SAM require installation of software on the client PC, the SAM will not be installed under a specific User Profile. It must install and be available to all users on the all users’ desktop. 4. Administrative rights will not be granted to either the client or the server in order for a user to perform day to day operations of the SAM. An account may be granted elevated privileges in order to do data collection. 5. The SAM must use generally accepted IT industry methodologies for software design, especially for external data exchange interfaces, Application Programming Interfaces (APIs), and interfaces to common infrastructure support services 6. Respondents must describe the technology underlying your proposed solution and the extent of its compatibility with the Fresno County IT standards described above. 7. Respondents must fully describe the hardware, software, and network capability required to implement and operate the proposed system for current user and client volumes, as well as to accommodate a potential 15% annual increase over a five year period. Attachment A Page 25 of 34 Proposal No. 208-5407 Page 21 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc 8. Respondents must identify the specifications and quantity of each hardware, software, network or telecommunications component required to operate the proposed system at the performance levels specified above. COMPANY STRUCTURE The vendor must have organization and management structure adequate and appropriate for overseeing and supporting the proposed services, and must provide sufficient management, customer service, and technical support staffing levels to sustain the SAM for ISD. 1. Describe, in detail, your organization’s company structure. 2. How many project managers, customer service, and/or technical support staff would be assigned and available to assist and support ISD and the SAM project, initially through implementation, and ongoing for maintenance? 3. How many clients are using the proposed solution? How long has the solution been in a production mode for these clients? IMPLEMENTATION REQUIREMENTS Implementation is defined as all tasks performed by the vendor and ISD staff related to configuring, developing interfaces, installing the system, functionally and operationally testing the system, documentation, training, and implementation. The vendor will be responsible for tracking, resolving, or coordinating the resolution of all reported problems, and ensure that they are corrected within a reasonable period, so that the implementation date can be met. The vendor must have staff members who will be accessible by e-mail and/or telephone to diagnose and resolve problems. Although ISD desires an expeditious implementation, it recognizes that the implementation schedule should be realistic and consistent with the estimates of the vendor. The vendor should prepare a realistic yet aggressive implementation plan, which it believes can be achieved. The following describes each of the implementation tasks: Task 1 – Project Management Planning and conducting initial meetings between the vendor and ISD to formalize project management organization, protocols, lines of communication, and expectations. Followed by ongoing liaison and status reporting to ISD during the entire implementation period. The vendor and ISD shall be responsible for establishing an organization to manage and deliver the goods and services defined in the Scope of Work. The vendor shall provide a project organization chart describing the project organization, which will be in place during the duration of the contract with ISD. The vendor shall designate a Project Manager for the project who will have the authority to commit the resources necessary to satisfy all contractual requirements. A proactive approach to risk assessment and management is essential to maximize the probability of success. The vendor should utilize a comprehensive methodology for ongoing project risk management, which addresses such issues as technical risk, resource issues, scheduling problems, readiness, etc. The vendor shall define escalation procedures to address extended and unresolved problems to the vendor Project Manager and ISD Project Manager. Notification and emergency procedures shall be established in the event of system failure. The escalation procedures shall require approval of the vendor Project Manager and ISD Project Manager. The escalation procedures shall include, but not be limited to the following:  Conditions warranting additional help in resolving a problem  Time duration between escalating to the next level of support  A diagram depicting the various levels of response Attachment A Page 26 of 34 Proposal No. 208-5407 Page 22 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc  The names or titles, telephone numbers, and e-mail addresses of the vendor personnel responsible for response at the various levels of support Task 2 – Develop Vendor/ISD Design & Implementation Work Plan The vendor and ISD shall develop a consolidated project plan, which identifies all vendor and ISD tasks and responsibilities. The approved project plan will be the basis for all project activities. It can be amended with ISD and vendor approval as needs may dictate. The vendor shall develop a Project Work Plan and Implementation Schedule for the project that shall include an agreed upon format and content items determined by the vendor and ISD. The vendor shall provide, for ISD approval, the project plan prior to initiating any tasks. The vendor shall maintain an up-to-date version of the work plan using Microsoft Project or other software as approved by ISD. The ISD Project Manager must approve all changes to deliverable time frames that will impact major milestones in writing at least two weeks prior to the milestone. All approved changes shall be reflected in the work plan and the vendor shall highlight and explain any major changes to an earlier approved version. The vendor should identify all relevant assumptions that were made in the development of the project plan. All assumptions upon which the estimates have been calculated must be clearly documented; including assumptions made for development software tools, use of any third party software, County of Fresno resources providing assistance, etc. Task 3 – User Acceptance Testing The vendor must conduct a User Acceptance Test to ensure that ISD users are able to successfully use the SAM. The vendor must develop test scripts for this test, review the results and recommend initial system acceptance. ISD users will assist in the actual test and will be responsible for final approval of user acceptance test recommendations. Task 4 – User Acceptance Test Corrections The vendor will make any corrections based on the results of the User Acceptance Test. Task 5 – User Documentation The vendor must develop and/or and have available user documentation in electronic form, which details how users perform SAM functions. Hardcopy documentation will not be accepted. The manuals shall present the system functionality to new users in a clear, concise, non-technical manner. The manuals shall reflect the version of the system as delivered to ISD. ISD shall be granted permission by the vendor to make unlimited additional hard and soft copies of all the vendor- developed training materials for its exclusive use in training personnel, at no additional charge. Additionally, a corresponding on-line tutorial and/or instruction on system use for new staff is desired. Task 6 – Train Users The vendor shall provide ISD staff with the training necessary to operate the SAM. The vendor shall provide initial training for identified users. At a minimum, approximately ten (10) users must be trained. Training must be conducted at facilities in the Fresno area or remotely using web conferencing. ISD will be responsible for ongoing training after full implementation. ISD will be responsible for securing an appropriate location for training per the specifications of the vendor. Task 7 – Post Implementation Review The vendor will conduct a post-implementation review three months after the SAM rollout to confirm that the system is working as expected. This review must confirm that functionality has been obtained, response times have been achieved, appropriate vendor support has been provided, and ISD users have been successfully trained. Attachment A Page 27 of 34 Proposal No. 208-5407 Page 23 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc MAINTENANCE AND SUPPORT The vendor shall be responsible for maintaining and supporting all installed application software, initially under a one year warranty, beginning after full acceptance of the system upon implementation. Further support will be provided under ongoing software maintenance renewals. Upon payment of annual maintenance, the cost of support will be borne by the vendor unless issues can be shown to be directly attributable to malfunctioning hardware, network, operating system or other system components whose operation and maintenance is the responsibility of ISD. The vendor shall be responsible for establishing the operations and maintenance procedures for the system. The vendor shall provide the necessary documentation and procedures in electronic form to support ISD operation of the system. Under these tasks, the vendor will perform the following: 1. Distribute any software upgrades or version replacements to which ISD is entitled under the software maintenance agreement, along with updated user and operational documentation in electronic form, and assist in its installation in the test environment and migration to production. 2. Maintain compatibility and integration with any third party reporting tools that have been implemented as part of the contract. Should any of these packages be upgraded, ISD will notify the vendor in advance, so that analysis and code changes can be implemented as quickly as possible. 3. Develop procedures and establish notification for software distribution to ISD and its business partners who may be users of the system including any application server software and any client software (if needed). 4. Correct any errors in functionality which are reported by ISD within a reasonable period, depending upon the severity of the error. 5. Utilize a Severity Index for categorizing and prioritizing application code errors. 6. Provide a means for ISD staff to report system problems via e-mail and telephone to vendor staff who are dedicated to supporting clients and are accessible as required. 7. Ensure that responses are made to ISD staff, within specified time periods, acknowledging receipt of the problem report and identifying when direct contact can be made with the vendor-assigned support staff person. 8. Establish policies and procedures for prioritizing and responding to ISD requests for support including:  Criteria for diagnosing reported problems and determining probable cause(s) of the problem  Use of Severity Index criteria for assessing the impact of reported problems  Procedures determining responsibility for problem resolution  Defining response time for various categories of problems  Documenting the response and subsequent actions  Procedures for escalating disagreements with ISD regarding cause of the problem and responsible party  Procedures for working cooperatively with ISD staff to promptly resolve problems  Tracking all problem reports 9. Correct any application software errors through remote or on-site service by vendor personnel or otherwise qualified subcontractors according to the response times. 10. Update and distribute user and operational documentation in electronic form to reflect any software corrections. 11. Provide a means for ISD to submit requests or proposals for new or enhanced functionality, outside of the core software components. Attachment A Page 28 of 34 Proposal No. 208-5407 Page 24 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc COST PROPOSAL Firm: Please complete the following cost sheet. The price sheet must include unit price, quantity, and total price for each item listed if applicable. Add any additional lines as needed. ITEM UNITS UNIT PRICE TAX TOTAL SOFTWARE / INSTALLATION / TRAINING / HARDWARE Software (Application) Cost: Workstation/User Licenses Server License List and Specify any 3rd Party Software required for system Total Software Cost Installation Specify the installation Fees Project Management Fees Travel Expenses Total Installation Cost Training at County of Fresno Location Train the Trainer – Admin/Supervisor Train the Trainer – Data Entry Clerk Additional Cost for 1 Day of Training Estimated Travel Expenses Total Training Cost Hardware List and Specify Hardware required for system Total Hardware Cost Taxes Total System Cost MAINTENANCE COST – ANNUAL Maintenance (to be paid annually) Discounts (indicate discount type, % as well as $ amount) Total Annual Maintenance Cost – Year 1 Total Annual Maintenance Cost – Year 2 Total Annual Maintenance Cost – Year 3 Total Annual Maintenance Cost – Year 4 Total Annual Maintenance Cost – Year 5 Attachment A Page 29 of 34 Proposal No. 208-5407 Page 25 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc PROPOSAL CONTENT REQUIREMENTS It is important that the vendor submit his/her proposal in accordance with the format and instructions provided under this section. Doing so will facilitate the evaluation of the proposal. It will limit the possibility of a poor rating due to the omission or mis-categorization of the requested information. Responding in the requested format will enhance the evaluation team’s item by item comparison of each proposal item. The vendor’s proposal may be placed at a disadvantage if submitted in a format other than that identified below. Bidders are requested to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified. Each page should be numbered. Each binder is to be clearly marked on the cover with the proposal name, number, closing date, “Original” or “Copy”, and bidder’s name. Merely offering to meet the specifications is insufficient and will not be accepted. Each bidder shall submit a complete proposal with all information requested. Supportive material may be attached as appendices. All pages, including the appendices, must be numbered. Vendors are instructed not to submit confidential, proprietary and related information within the request for proposal. If you are submitting trade secrets, it must be submitted in a separate binder clearly marked “TRADE SECRETS”, see Trade Secret Acknowledgement section. The content and sequence of the proposals will be as follows: I. RFP PAGE 1 AND ADDENDUM(S) PAGE 1 (IF APPLICABLE) completed and signed by participating individual or agency. II. COVER LETTER: A one-page cover letter and introduction including the company name and address of the bidder and the name, address and telephone number of the person or persons to be used for contact and who will be authorized to make representations for the bidder. A. Whether the bidder is an individual, partnership or corporation shall also be stated. It will be signed by the individual, partner, or an officer or agent of the corporation authorized to bind the corporation, depending upon the legal nature of the bidder. A corporation submitting a proposal may be required before the contract is finally awarded to furnish a certificate as to its corporate existence, and satisfactory evidence as to the officer or officers authorized to execute the contract on behalf of the corporation. III. TABLE OF CONTENTS IV. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County. The Contractor must provide a statement addressing the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The Contractor shall comply with all federal, state and local conflict of interest laws, statutes and regulations. V. TRADE SECRET: A. Sign where required. VI. CERTIFICATION – DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS VII. REFERENCES VIII. PARTICIPATION Attachment A Page 30 of 34 Proposal No. 208-5407 Page 26 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc IX. EXCEPTIONS: This portion of the proposal will note any exceptions to the requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's proposals meet those requirements. The exceptions shall be noted as follows: A. Exceptions to General Conditions. B. Exceptions to General Requirements. C. Exceptions to Specific Terms and Conditions. D. Exceptions to Scope of Work. E. Exceptions to Proposal Content Requirements. F. Exceptions to any other part of this RFP. X. VENDOR COMPANY DATA: This section should include: A. A narrative which demonstrates the vendor’s basic familiarity or experience with problems associated with this service/project. B. Descriptions of any similar or related contracts under which the bidder has provided services. C. Descriptions of the qualifications of the individual(s) providing the services. D. Any material (including letters of support or endorsement) indicative of the bidder's capability. E. A brief description of the bidder's current operations, and ability to provide the services. F. Copies of the audited Financial Statements for the last three (3) years for the agency or program that will be providing the service(s) proposed. If audited statements are not available, compiled or reviewed statements will be accepted with copies of three years of corresponding federal tax returns. This information is to be provided after the RFP closes, if requested. Do not provide with your proposal. G. Describe all contracts that have been terminated before completion within the last five (5) years: 1. Agency contract with 2. Date of original contract 3. Reason for termination 4. Contact person and telephone number for agency H. Describe all lawsuit(s) or legal action(s) that are currently pending; and any lawsuit(s) or legal action(s) that have been resolved within the last five (5) years: 1. Location filed, name of court and docket number 2. Nature of the lawsuit or legal action I. Describe any payment problems that you have had with the County within the past three (3) years: 1. Funding source 2. Date(s) and amount(s) 3. Resolution 4. Impact to financial viability of organization. XI. SCOPE OF WORK: A. Bidders are to use this section to describe the essence of their proposal. B. This section should be formatted as follows: Attachment A Page 31 of 34 Proposal No. 208-5407 Page 27 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc 1. A general discussion of your understanding of the project, the Scope of Work proposed and a summary of the features of your proposal. 2. A detailed description of your proposal as it relates to each item listed under the "Scope of Work" section of this RFP. Bidder's response should be stated in the same order as are the "Scope of Work" items. Each description should begin with a restatement of the "Scope of Work" item that it is addressing. Bidders must explain their approach and method of satisfying each of the listed items. C. When reports or other documentation are to be a part of the proposal a sample of each must be submitted. Reports should be referenced in this section and submitted in a separate section entitled "REPORTS." D. A complete description of any alternative solutions or approaches to accomplishing the desired results. XII. COST PROPOSAL: Quotations may be prepared in any manner to best demonstrate the worthiness of your proposal. Include details and rates/fees for all services, materials, equipment, etc. to be provided or optional under the proposal. XIII. CHECK LIST Attachment A Page 32 of 34 Proposal No. 208-5407 Page 28 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc AWARD CRITERIA CAPABILITY AND QUALIFICATIONS 1. Do the service descriptions address all the areas identified in the RFP? 2. Does the bidder demonstrate experience in providing the services desired in a California County? 3. Does the system meet the technological requirements as described in the RFP? 4. Does the system provide the ability to generate ad-hoc reports? Does the system provide a report generator? Can reports be exported or downloaded? 5. Did the bidder provide a company structure as requested in the RFP? MANAGEMENT PLAN 1. Is the organizational plan and management structure adequate and appropriate for overseeing the proposed services? 2. Has the bidder demonstrated the ability to properly and efficiently implement the system in a timely and professional manner? 3. Has the bidder demonstrated the ability to meet the maintenance and support needs as described in the RFP? COST 4. Does the system meet the needs of the County of Fresno for an acceptable cost? Attachment A Page 33 of 34 Proposal No. 208-5407 Page 29 G:\Public\RFP\FY 2015-16\208-5407 Software Asset Management System\208-5407 Software Asset Management System.doc CHECK LIST This Checklist is provided to assist vendors in the preparation of their RFP response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the RFP package in order to make the RFP compliant. Because this checklist is just a guideline, the bidder must read and comply with the RFP in its entirety. Check off each of the following: 1. All signatures must be in blue ink. 2. The Request for Proposal (RFP) has been signed and completed. 3. Addenda, if any, have been completed, signed and included in the bid package. 4. One (1) original plus seven (7) copies of the RFP have been provided. 5. Two (2) reproducible compact discs of the RFP have been provided. 6. Provide a Conflict of Interest Statement. 7. The completed Trade Secret Form as provided with this RFP (Confidential/Trade Secret Information, if provided must be in a separate binder). 8. The completed Criminal History Disclosure Form as provided with this RFP. 9. The completed Participation Form as provided with this RFP. 10. The completed Reference List as provided with this RFP. 11. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFP. 12. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid include the following information: County of Fresno RFP No. 208-5407 Closing Date: January 28, 2016 Closing Time: 2:00 P.M. Commodity or Service: Software Asset Management System Return Checklist with your RFP response. Attachment A Page 34 of 34 Attachment B Page 1 of 59 Attachment B Page 2 of 59 Attachment B Page 3 of 59 Attachment B Page 4 of 59 Attachment B Page 5 of 59 Attachment B Page 6 of 59 Attachment B Page 7 of 59 Attachment B Page 8 of 59 Attachment B Page 9 of 59 Attachment B Page 10 of 59 Attachment B Page 11 of 59 Attachment B Page 12 of 59 Attachment B Page 13 of 59 Attachment B Page 14 of 59 Attachment B Page 15 of 59 Attachment B Page 16 of 59 Attachment B Page 17 of 59 Attachment B Page 18 of 59 Attachment B Page 19 of 59 Attachment B Page 20 of 59 Attachment B Page 21 of 59 Attachment B Page 22 of 59 Attachment B Page 23 of 59 Attachment B Page 24 of 59 Attachment B Page 25 of 59 Attachment B Page 26 of 59 Attachment B Page 27 of 59 Attachment B Page 28 of 59 Attachment B Page 29 of 59 Attachment B Page 30 of 59 Attachment B Page 31 of 59 Attachment B Page 32 of 59 Attachment B Page 33 of 59 Attachment B Page 34 of 59 Attachment B Page 35 of 59 Attachment B Page 36 of 59 Attachment B Page 37 of 59 Attachment B Page 38 of 59 Attachment B Page 39 of 59 Attachment B Page 40 of 59 Attachment B Page 41 of 59 Attachment B Page 42 of 59 Attachment B Page 43 of 59 Attachment B Page 44 of 59 Attachment B Page 45 of 59 Attachment B Page 46 of 59 Attachment B Page 47 of 59 Attachment B Page 48 of 59 Attachment B Page 49 of 59 Attachment B Page 50 of 59 Attachment B Page 51 of 59 Attachment B Page 52 of 59 Attachment B Page 53 of 59 Attachment B Page 54 of 59 Attachment B Page 55 of 59 Attachment B Page 56 of 59 Attachment B Page 57 of 59 Attachment B Page 58 of 59 Attachment B Page 59 of 59 Page 1 ATTACHMENT C SELF-DEALING TRANSACTION DISCLOSURE FORM In order to conduct business with the County of Fresno (hereinafter referred to as “County”), members of a contractor’s board of directors must disclose any self -dealing transactions that they are a pa rty to while providing goods, performing services, or both for the County. A self -dealing transaction is defined below: “A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its board members has a material financial interest” The definition above will be utilized for purposes of completing this disclosure form. INSTRUCTIONS (1) Enter board member’s name, job title (if applicable), and date this disclosure is being made. (2) Enter the board member’s compan y/agency name and address. (3) Describe in detail the nature of the self -dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation’s transaction that the board member has. (4) Describe in detail why the self -dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5) Form must be signed by the board member that is involved in the self -dealing transaction described in Sections (3) and (4). Page 2 (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to): (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a): (5) Authorized Signature Signature: Date: