Loading...
HomeMy WebLinkAbout32339 -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 (“Agreement”) is made and entered into this day of ___________, 2016 (hereinafter the “Effective Date”), by and between the COUNTY OF FRESNO, a political subdivision of the State of California, hereinafter referred to as "COUNTY", and Tech Logic Corporation whose address is 181 Buerkle Road, White Bear Lake, Minnesota, 55110, hereinafter referred to as "CONTRACTOR". W I T N E S S E T H: WHEREAS, COUNTY desires to retain a qualified firm to provide a suitable delivery platform to sustain the use of the Fresno County Public Library’s radio frequency identification enabled self-check, collection management, and security system (hereinafter referred to as “RFID”) at its branch library locations currently using the RFID system, and expand the use of said system to other existing and new branch locations as determined by the COUNTY; and WHEREAS, COUNTY issued Request for Proposal No. 208 -5362 dated June 4, 2015 and Addendum No. One (1) dated June 29, 2015, (collectively, the “RFP”) seeking bids from qualified firms to provide such a system; and WHEREAS, CONTRACTOR submitted a Response to the RFP (“CONTRACTOR’s Response”), wherein CONTRACTOR represented that it possessed the skill, experience, knowledge and qualifications to design, develop, implement, and install the Tech Logic System (hereinafter referred to as “TLS”) based on RFID technology to perform circulation, collection management, and security at COUNTY’s branch library locations currently using RFID, as well as at other branch library locations to be determined by the COUNTY with each branch library location being considered a separate installation site pursuant to the RFP. NOW, THEREFORE, the Parties, for good and valuable consideration, do hereby agree as follows: 1. OBLIGATIONS OF THE CONTRACTOR A. CONTRACTOR shall perform such specialized services to facilitate the -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 expedient and economical design, construction and installation of the TLS, all as specified in the RFP and CONTRACTOR’s Response, attached hereto as Exhibits A and B, respectively, and incorporated herein by this reference,, including, but not limited to, RFID or bar code check-in and check-out systems with security and inventory features, book drops and delivery systems, storage systems, sorting systems, branch distribution system, patron reserve systems, and computer systems designed, manufactured or otherwise developed for the library industry for the branch locations to be determined by the Fresno County Public Library. Also attached hereto and made a part of this Agreement are the following additional exhibits: Definition of Terms (Exhibit C); Description of Functionality (Exhibit D); Pricing Schedule (Exhibit E); Form of Notice Of Completion And Acknowledgment (Exhibit F); Form of Notice Of Corrections (Exhibit G); Software License Agreement (Exhibit H); and Self-Dealing Transaction Disclosure Form (Exhibit I). B. CONTRACTOR shall design the TLS after consultation with COUNTY and in accordance with the mutually agreed upon plans and specifications. The work shall be performed in a workmanlike and commercially reasonable manner. C. CONTRACTOR will provide hardware, software, material processing supplies, design, construction, installation, testing, training, and support of the TLS. D. CONTRACTOR shall assemble and test the TLS at its corporate headquarters located in White Bear Lake, Minnesota, prior to shipment to the COUNTY. The COUNTY may elect to attend each system test at the COUNTY’s expense. E. CONTRACTOR shall designate a Project Manager within ten (10) days of the Effective Date. Project Manager means the individual designated as such by CONTRACTOR, having substantial knowledge and experience with respect to all aspects of the Tech Logic System development, manufacture, installation and testing, including but not limited to the -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 machinery, software, engineering, hardware and related theories utilized in the design, development, installation, testing and operation of the TLS. F. The Project Manager shall be accountable and accessible to the COUNTY at all times regarding performance, progress and completion of all phases of work during the development, manufacturing, installation and testing of the TLS. The Project Manager shall supervise the work of CONTRACTOR’s personnel and those of CONTRACTOR’s subcontractors, if any. G. In addition to the Project Manager, CONTRACTOR shall engage, at its own expense and discretion, such other persons as may be necessary in CONTRACTOR’s judgment to fulfill the obligations of CONTRACTOR herein. CONTRACTOR agrees that all individuals so engaged shall be properly trained, competent, and qualified to perform assigned tasks. CONTRACTOR may replace any person so engaged provided that such substitute person possesses the qualifications above specified. H. CONTRACTOR shall invite only those persons performing tasks for CONTRACTOR to come upon the COUNTY’s premises. CONTRACTOR shall not bring any property, other than what is required pursuant to the services herein specified, onto any COUNTY premises. I. CONTRACTOR shall not use, suffer or permit the use of the space provided by the COUNTY to CONTRACTOR hereunder, nor any part thereof, in any manner or for any purpose, nor permit anything to be done, brought or kept thereon (including, but not limited to, the installation or operation of any electrical, electronic, or other equipment) which, in the reasonable judgment of the COUNTY would: 1) Impair or interfere in any way with the delivery by the COUNTY of services, or the proper and economic heating, air-conditioning, cleaning, or other services of the COUNTY by, or occasion discomfort, inconvenience, or annoyance to, any of the occupants of the COUNTY or impair the appearance of the COUNTY. 2) Be prejudicial to the business of the COUNTY or reflect unfavorably on the COUNTY. -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 3) Confuse or mislead the public as to any connection or relationship between the COUNTY and CONTRACTOR. 4) Except as agreed in advance between CONTRACTOR and the COUNTY, perform or fail to perform any action that results in the impairment of any work being performed by the COUNTY's other agents, consultants, or contractors. J. CONTRACTOR shall permit representatives of the COUNTY, at reasonable times, to have access to and inspect CONTRACTOR’s installation work of the TLS. K. CONTRACTOR shall at all times keep the COUNTY free from accumulations of waste material or rubbish caused by its employees, agents, or contractors or their work; and at completion of the work CONTRACTOR shall remove all its tools, equipment, and waste, leaving the work area broom clean. No rubbish, dirt, tools, or other articles, items, or things shall be put in the public areas of the COUNTY by CONTRACTOR, its officers, employees, agents, invitees, partners, or contractors. CONTRACTOR shall conduct the work in a safe and orderly manner and shall take every reasonable precaution so as not to allow injury to any person or damage to the COUNTY. L. Upon termination of this Agreement, whether by completion of all work or otherwise, CONTRACTOR shall remove all of its property from the COUNTY premises. Any property of CONTRACTOR, its agents, or subcontractors, which remains on COUNTY premises more than thirty (30) days after the completion or termination of this Agreement shall be deemed to have been abandoned and may either be retained by the COUNTY as its property or disposed of in such manner as the COUNTY deems appropriate. M. CONTRACTOR shall observe and comply with any reasonable rules which the COUNTY has made or may make and communicate hereafter to an extent not inconsistent with this Agreement, at any time in writing, to CONTRACTOR. N. CONTRACTOR shall cause its employees to cooperate with all directions of the COUNTY's designated Project Coordinator (“Project Coordinator”) while at the COUNTY. O. CONTRACTOR shall provide a recommended project schedule for each installation working backwards from the targeted date when the system is to be fully operational -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 and identify milestones. P. Upon execution by CONTRACTOR of a NOTICE OF COMPLETION AND ACKNOWLEDGEMENT form (Exhibit F) and delivery of same to the COUNTY, CONTRACTOR shall provide COUNTY with all information and operation manuals. Q. CONTRACTOR shall not delay delivery and installation of any part of the TLS without prior written consent of COUNTY, which consent will not be unreasonably withheld. R. CONTRACTOR shall assist the COUNTY in any technical conversations with the Library Automation Vendor (LAV) regarding the interface of the TLS with the Automated Circulation System (ACS). 2. OBLIGATIONS OF THE COUNTY A. COUNTY will designate a Project Coordinator as a single point of contact for communication between COUNTY and CONTRACTOR. B. COUNTY will make payments in accordance with Section 5. COMPENSATION / INVOICING of this Agreement. C. COUNTY shall hire, at its own expense, an electrical and mechanical contractor to wire power to the TLS as required. D. COUNTY shall be responsible for the electrical and data cabling required by the TLS. E. COUNTY shall fully cooperate with CONTRACTOR in all installation, testing and training activities. F. COUNTY shall make its best effort to assist CONTRACTOR with the identification of any statutes, rules, codes, licensing, regulations, and other standards which may affect this Agreement and work performed hereunder. Each TLS is generally designed in conformity with the National Electrical Code (NEC) and other standards. However, due to unique designs and observance of various OSHA safety concerns for guards and the like, some deviations from the NEC and other standards may be necessary. G. If required by the TLS, COUNTY shall be responsible for purchasing and/or contracting with COUNTY’s LAV for a connection that will allow the TLS software to interface -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 with the ACS. H. COUNTY will provide CONTRACTOR with access to its ACS as necessary for the proper operation of the TLS in accordance with CONTRACTOR’s schedule for installation. I. COUNTY shall provide adequate work space and storage space to facilitate the performance of services by CONTRACTOR during the installation of the TLS for up to four (4) of CONTRACTOR’s personnel. If available, COUNTY shall provide one (1) telephone for the use of CONTRACTOR carrying out its obligations hereunder. CONTRACTOR shall use its own long distance provider to make any long distance calls. J. Once COUNTY has received the TLS components for a specific branch installation, COUNTY shall provide safe enclosed storage of all such components of the TLS. Should storage of the TLS at such site be unavailable, the components of the TLS shall be delivered to a storage space designated by COUNTY, and COUNTY shall be both physically and financially responsible for delivery of all components of the TLS from such storage space to such site for installation. K. COUNTY shall give CONTRACTOR’s personnel continuously free and unobstructed access to all areas in which TLS components are to be installed. Before installation begins, COUNTY and CONTRACTOR shall agree on what constitutes an obstruction. 3. TERM: This Agreement shall commence on the Effective Date and shall be effective for an initial term of three (3) years, with a maximum of two (2) additional one (1) year extension periods upon written approval of COUNTY’s Librarian or her designee. COUNTY’s Librarian or her designee is hereby authorized to execute such written approval on behalf of COUNTY. 4. TERMINATION: A. Non-Allocation of Funds - The terms of this Agreement, and the services to be provided there under, 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 -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 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. C. Without Cause - Under circumstances other than those set forth above, this Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance written notice of an intention to terminate to CONTRACTOR. D. Action Upon Termination – Upon termination of this Agreement prior to expiration by the COUNTY, CONTRACTOR shall be entitled to payment for work performed prior to the date of termination. 5. COMPENSATION/INVOICING: COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive compensation as follows: as set forth in the PRICING SCHEDULE (Exhibit E). Any change (increase or decrease) in these prices after the first year of the Agreement must be submitted by CONTRACTOR with 60 days prior written notice with appropriate documentation stating the reason(s) for the change (i.e. excha nge rates, labor rates, etc.) COUNTY shall have the right, but shall not be obligated, to purchase system -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 components at any time, or from time to time, for the duration of this Agreement. In no event shall services performed under this Agreement be in excess of three hundred fifty thousand dollars ($350,000) during the entire potential 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. CONTRACTOR shall submit invoices in triplicate to the County of Fresno, Fresno County Public Library, 2420 Mariposa Street, Fresno, California, 93721. The COUNTY will make payment to CONTRACTOR on submitted invoices within forty-five (45) days after approval of invoice. It is understood that as to this Agreement, any and all applicable California and local sales taxes upon the materials and CONTRACTOR’s performance of services and delivery of products under this Agreement shall be included in the invoice by CONTRACTOR. Under this Agreement CONTRACTOR will invoice COUNTY for cost of materials including applicable freight. 6. SCHEDULE: The parties shall agree on the schedule for manufacture, delivery and installation of all purchases. 7. INSTALLATION AND TESTING: A. CONTRACTOR will conduct a pre-installation evaluation of each site as appropriate. CONTRACTOR shall certify the site as ready and, if it is not, the CONTRACTOR shall provide the COUNTY with a detailed list of additional site preparation requirements. B. Following the installation of the TLS at the site, CONTRACTOR shall notify COUNTY that the TLS is installed at such site and running under permanent power by delivering to the COUNTY NOTICE OF COMPLETION AND ACKNOWLEDGEMENT form (Exhibit F) executed by CONTRACTOR. COUNTY’s acceptance of the TLS at such site will be based on satisfaction of the following criteria at COUNTY’S reasonable discretion: 1) Functions. Successful tests of all required and proposed functions; 2) Demonstration. Successful demonstration that the TLS performance at such site is as required and proposed; 3) Training. Successful completion of all required training; and 4) Documentation. Delivery of complete documentation to the COUNTY. -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 C. When COUNTY determines the TLS is operational at a site in accordan ce with specifications, COUNTY shall execute and deliver to CONTRACTOR, a NOTICE OF COMPLETION AND ACKNOWLEDGEMENT form (Exhibit F) executed by COUNTY, acknowledging that all TLS components at that site and for that part of the system are installed at the COUNTY, running under permanent power, and are fully operational. D. If the TLS at such site does not meet the COUNTY’s satisfaction and needs to be repaired, replaced, adjusted, reprogrammed or otherwise made correct in response to CONTRACTOR’s Notice of Completion, the COUNTY shall execute and deliver to CONTRACTOR, a NOTICE OF CORRECTIONS form (Exhibit G) advising of such needed corrections. E. After completion of corrections by CONTRACTOR at such site, COUNTY shall execute a NOTICE OF COMPLETION AND ACKNOWLEDGMENT form (Exhibit F) after it determines that the TLS at such site has been operational in accordance with specifications for a thirty (30) day trouble-free period. Execution of the Acknowledgment by COUNTY shall not be unreasonably withheld. 8. LICENSES AND PROPRIETARY RIGHTS: A. Manuals and Software. CONTRACTOR's operating manuals and software licenses reflect designs and programs, as well as other components, which comprise the TLS as identified herein, and which have been developed by CONTRACTOR. The TLS and its related designs, programs, components, and operating systems contain proprietary and/or trade secret information owned by CONTRACTOR and third party vendors who have entered into licensing agreements with CONTRACTOR. Use of the software and the operating manuals in a manner not related to the COUNTY's use of the TLS is prohibited. B. Licenses. CONTRACTOR hereby grants the COUNTY a perpetual, non - exclusive license to use all software that CONTRACTOR has developed. CONTRACTOR shall also provide COUNTY with all third-party software licenses, if any, necessary to grant the COUNTY the right to own and operate the TLS as provided in this Agreement. COUNTY ’s rights to own and operate the TLS shall be subject to the provisions of the SOFTWARE -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 LICENSE AGREEMENT (Exhibit H). C. Use of TLS. All items comprising the TLS are deemed to be for COUNTY as a single user, and may not be resold by COUNTY, or its successors in interest, without the express written consent of CONTRACTOR. CONTRACTOR does not by this Agree ment transfer the right to use any of its proprietary technology, including software and mechanical devices, by COUNTY, except for its use in the TLS. D. CONTRACTOR's Assurances. CONTRACTOR represents and warrants that it has the right to enter into this Agreement and grant to the COUNTY the right to own and use all software, hardware, machinery, systems and manuals hereunder provided. CONTRACTOR has not transferred to the COUNTY, or its successors in interest, the right to sell or convey the proprietary technology that comprises the TLS and its operations to a third party; provided, however, the COUNTY shall have the right to modify, enhance or relocate the TLS to other COUNTY uses and facilities. If the COUNTY modifies, enhances or relocates the TLS to other COUNTY uses and facilities, and such modifications, enhancements or relocations are not performed by CONTRACTOR personnel as provided in Section 10. WARRANTY hereinbelow, all warranties by CONTRACTOR under this Agreement shall terminate, and CONTRACTOR shall have no further obligations to the COUNTY with respect to any warranty claim by the COUNTY with respect to such modification, enhancement or relocation. E. Intellectual Property Rights. CONTRACTOR (or its licensors) retains ownership of all intellectual and industrial property rights (including, without limitation, patents, copyrights, trade secrets, trademarks and designs) in and relating to the TLS and all enhancements, modifications and updates thereof made by CONTRACTOR. Except for the limited license rights expressly granted in this Agreement, nothing in this Agreement shall be construed as granting to the COUNTY or implying the grant of any other rights, by license, assignment, transfer or otherwise, under any intellectual and/or industrial property rights in or relating to the TLS or information provided by CONTRACTOR. The COUNTY shall not make any copies, reverse engineer, disassemble, or decompile any software or part thereof, except -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 as may expressly be set forth in this Agreement. F. Modifications to Software Functionality Outside the Scope of the Bid Specifications. The COUNTY may modify any component of CircIT software that it deems necessary to meet its needs without the approval or consent of CONTRACTOR, as set forth below. It is understood and agreed that the COUNTY will not sell or divulge the CirclT software to any third parties. It is further understood by the parties that: 1) Modify Patron Screens. The COUNTY shall have the right and ability to modify Patron Screens and similar items at its sole discretion. 2) Technical Support. The COUNTY will seek CONTRACTOR's technical support for all software modifications and changes to the software, other than modifications to Patron Screens, and shall pay additional labor fees for those services. These fees are set forth in the PRICING SCHEDULE (Exhibit E) of this Agreement. 3) No Modification. The COUNTY will not modify any other programming in any manner beyond what is designed to be configured by the end user. 9. TRAINING: CONTRACTOR shall provide personnel onsite at the COUNTY to train staff in all aspects of the operation and maintenance of the TLS at no additional charge. Such training shall be appropriate for both public service staff and technical support staff. CONTRACTOR shall perform the training services in a timely and professional manner via capable and qualified trainers. The COUNTY shall incur no additional costs from CONTRACTOR for any delays in technical implementation and training services within the control of CONTRACTOR. CONTRACTOR and COUNTY’s Project Coordinator shall negotiate a mutually agreeable training period. CONTRACTOR shall provide COUNTY with training materials in both paper and electronic versions to assist with the training.Upon COUNTY’s written request, additional training will be provided at a rate of $1,450.00 per day, plus reasonable travel expenses . It is understood and agreed by the COUNTY there will a minimum charge of eight (8) hours per day per CONTRACTOR personnel for training done on COUNTY premises or at such other location -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 designated by the COUNTY, for training anywhere other than the corporate headquarters of CONTRACTOR in White Bear Lake, Minnesota. Additional training includes personalized instructions of the administration and customization capabilities of TLS software. This training can be done remotely or on-site. 10. WARRANTY: During the twelve (12) months following installation of the TLS, CONTRACTOR warrants that the system will be free of material defects and perform substantially as described in CONTRACTOR's operating manuals. Warranty coverage includes replacement of defective parts, software support and updates, labor, and travel and expenses for on-site required service calls. CONTRACTOR reserves the right to determine when an on- site service call is required. A. Condition to Warranty. COUNTY shall notify CONTRACTOR within five (5) business days of any defects or malfunctions in the TLS of which it learns from any source. Failure to do so will void the warranty against that defect. B. Warranty Action. Correction of defects of the TLS shall be accomplished by CONTRACTOR in a timely and expeditious manner, according to the following procedure: 1) Telephone Assistance. CONTRACTOR may attempt to address COUNTY's warranty complaint by telephone assistance or by written or electronic messaging communication before taking further action. 2) Further Action. If CONTRACTOR determines that the problem with the TLS is not merely due to COUNTY's incorrect operation, or if a system manager or team leader having qualifications is unable to correct the problem with telephonic or other assistance within two (2) COUNTY Open Days, CONTRACTOR shall provide all further assistance required to correct the problem, including labor and materials. If the problem is not one covered by warranty, CONTRACTOR shall notify COUNTY and gain approval for any corrections and COUNTY shall pay for all approved costs of labor and materials at CONTRACTOR's standard rate for additional labor of $200.00 per hour per CONTRACTOR personnel ($1,600 per day), plus any associated travel expenses incurred by CONTRACTOR. Such payments for additional labor shall be due and paid by COUNTY in accordance with Section 5. COMPENSATION / -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 INVOICING of this Agreement. 3) Post Warranty Action. Unless a service contract has been entered into by the parties in a separately executed agreement, after all warranties have been exhausted or for service to be performed outside of warranty coverage, CONTRACTOR shall provide service at its standard rate for additional labor of $200.00 per hour per CONTRACTOR personnel, or $1,600.00 per day per CONTRACTOR personnel, plus any associated travel expenses incurred by CONTRACTOR. Such payments for additional labor shall be due and paid by COUNTY in accordance with Section 5. COMPENSATION / INVOICING of this Agreement. 4) Post warranty, it is understood and agreed that the COUNTY must pay the annual maintenance fee in order to receive upgrades and telephone support. Costs for annual maintenance are described in the PRICING SCHEDULE (Exhibit E). 5) Further Limitation. All warranties given by CONTRACTOR are limited to replacement or repair of defective components including hardware and computer software. CONTRACTOR shall determine whether the components should be replaced or repaired. 11. CUSTOMER SUPPORT: Customer support shall be as stated with regards to warranties under Section 10. WARRANTY. CONTRACTOR's customer support is given with the understanding that COUNTY will provide adequately trained personnel to run the TLS, including the following: A. System Manager or Team Leader. A broad base of computer skills is required as well as a background and understanding of Microsoft SQLServer 2005, 2008 and 2012, Microsoft Windows 7, Microsoft Windows 7 Professional and version 8.0 software for running the TLS. Knowledge of MS Internet Explorer 7.0 SP1 and all updated versions. Net framework version 3.5 to current, Microsoft Message Queuing (MSMQ) and Adobe Flash Player 8.0 to current industry version. An understanding that as time progresses, the Library will al so continue to upgrade to newer software on servers and related machines. The System Manager or Team Leader should be versed in newer and changing software requirements as needed. A knowledge of COUNTY operations is equally important. In addition, this person should have good personnel skills and experience in supervision. This person will be required to schedule -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 personnel and provide back-up and training for the people on this team. This person shall be the principal contact with CONTRACTOR for operation and maintenance of the TLS. Further, this person shall possess, in addition to computer and software literacy, mechanical troubleshooting skills. B. System Operators. TLS operators shall be capable of running basic Microsoft Windows software applications such as Microsoft SQL Server 2005, 2008 and 2012, Microsoft Windows 7, Microsoft Windows 2007 Professional and versions 8. Knowledge of MS Internet Explorer 7.0 SP1 and all updated versions. Net framework version 3.5 to current, Microsoft Message Queuing (MSMQ) and Adobe Flash Player 8.0 to current industry version. A general familiarity with personal computers is necessary for this position. Additionally, the system operators shall be capable of taking readable notes and have the skills to train and pass on their knowledge to other system operators. C. System Maintenance Personnel. COUNTY's System Maintenance Personnel shall have experience in building and facilities maintenance which shall include heating and ventilating systems, power distribution systems and generalized personal computer operation. Further, COUNTY's System Maintenance Personnel shall also particularly possess a working knowledge of pneumatics, control wiring, and 3-phase electronics. In general, such personnel shall be willing and able to help trouble shoot system mechanical problems when other COUNTY staff members need assistance. 12. DOCUMENTATION: CONTRACTOR shall provide COUNTY with clear and complete user and technical documentation for all hardware and software supplied , which details all operations necessary for use of the TLS. Operation manuals shall include mechanical, electrical and program design documentation to adequately test, troubleshoot and maintain the TLS. Both paper and electronic versions of all documentation will be include d and delivered with the TLS following each subsequent release. COUNTY may duplicate (print or electronic) all user and technical documentation for internal use only without restriction as to numbers and without charge. 13. SOFTWARE UPGRADES: CONTRACTOR will provide software repairs through -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 updates to software and software patches to rectify flaws in the software within seven (7) days of notification of problem. CONTRACTOR agrees to provide all upgrades and changes in the software desired by the COUNTY or issued by CONTRACTOR as follows: A. Operating System. Upgrades and changes in the Operating System that require updates to the TLS application code shall be completed by CONTRACTOR. B. TLS Application Code. CONTRACTOR will provide the COUNTY with all updates. C. Patron Screens/Front End Application. The COUNTY may make changes as needed. D. File Transfer Protocol. Maintain version control from CONTRACTOR's File Transfer Protocol (FTP) site. E. Integration Standards. CONTRACTOR shall make necessary software upgrades to ensure that the TLS is compliant with SIP1, SIP2 and all SIP enhancements; and the RFID Tags and TLS confirm to open architecture to fully interface with all SIP compliant Integrated COUNTY System (ILS) vendors. 14. SHIPMENT: Shipment of the components shall be FOB Destination. CONTRACTOR retains title to goods after delivery to carrier and owns goods in transit. CONTRACTOR files claims for damaged goods, if any. CONTRACTOR shall prepay freight charges and add freight charges to COUNTY’s invoice. Delivery of all TLS components shall be made to the Fresno County Public Library at 2420 Mariposa Street, Fresno, California, 93721, unless another location is mutually agreed to by the parties in advance. 15. FORCE MAJEURE: CONTRACTOR will not be liable for any failure to perform, or the delay in the performance of, any services, nor will the same constitute an event of default, if and to the extent the failure or delay is caused, directly or indirectly, by wars, terrorism, acts of public enemies, strikes, fires, floods, acts of God, or any other act not within the reasonable control of CONTRACTOR. CONTRACTOR will not be liable for any failure to perform, or the delay in the performance of, any services, nor will the same constitute an event of default, if and to the extent the failure or delay is caused, directly or indirectly, by the failure or delay by COUNTY. In any such -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 event, CONTRACTOR will be excused from further performance or observance of the obligations(s) so affected for as long as such circumstances prevail, provided that CONTRACTOR shall use reasonable commercial efforts to commence performance whenever possible without delay. Notwithstanding the foregoing, CONTRACTOR agrees to bear all risk of loss, injury or destruction to goods and materials ordered herein prior to delivery to COUNTY. 16. 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 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, including its officers, agents, and employees, 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 but not limited to, 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. 17. MODIFICATION: This Agreement may only be modified or amended in writing, which writing shall be signed by both parties hereto. Such modification or amendment shall not -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 affect those terms not specifically modified or amended thereby. 18. 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. 19. 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, 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. 20. 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 Agreement. 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 -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 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 signs and 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, (Public Library Attention: Contract Analyst, 2420 Mariposa Street, Fresno CA 93721 the official who will administer the contract), 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, 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, -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 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. 21. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during business hours, and 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. The 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. 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). 22. NOTICES: The persons and their addresses having authority to give and receive notices under this Agreement include the following: COUNTY CONTRACTOR COUNTY OF FRESNO Tech Logic Corporation County Librarian Gary Kirk, President 2420 Mariposa Street 1818 Buerkle Road Fresno, CA 93721 White Bear Lake, MN 55110 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. 23. GOVERNING LAW: -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 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. 24. 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 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 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, attached hereto as Exhibit I and incorporated herein by reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 25. 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 which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) The text of this Agreement excluding all exhibits; (2) The text of this Agreement (including Exhibits C through I; but excluding: Exhibits A and Exhibit B); and (3) Exhibit A; and (4) Exhibit B. 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and 2 year first hereinabove written. 3 4 51~=z~~~==~-------- 6 7 8 9 10 11 12 ~~~~~~~~~~~~~~-- I~Ynia~~~~~~~~~~~ 13 DATE.· ~. '\ "" ..-Ve"Cti'M,l!!e{L ,..... \1 nt'fll'=> 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ATTEST: BERNICE E. SEIDEL, Clerk Board of Supervisors By _<iu~ ~Shef> Deputy COUNTY OF FRESNO: ~~~ -21- Ernest Buddy Mendes Chairman, Board of Supervisors DATE: REVIEWED & RECOMMENDED FOR APPROVAL APPROVED AS TO LEGAL FORM Vicki Crow, C.P.A. Auditor-Controllerrrreasurer-Tax Collector FOR ACCOUNTING USE ONLY: Fund No.: 01 07 Subclass No.: 10000 ORG No.: 75110100,75110700 Account No.: 7205,7385,7400,8300, 7295 PD-040 (05/2015) COUNTY OF FRESNO REQUEST FOR PROPOSAL NUMBER: 208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE Issue Date: June 4, 2015 Closing Date: JULY 9, 2015 Proposal will be considered LATE when the official Purchasing time clock reads 2:00 P.M. Questions regarding this RFP should be directed to: Shannon W. Kirby, phone (559) 600-7116 or e-mail countypurchasing@co.fresno.ca.us. Check County of Fresno Purchasing’s Open Solicitations website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for RFP documents and changes. 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 PROPOSAL SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE “COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS (RFP’S)” ATTACHED. COMPANY ADDRESS CITY STATE ZIP CODE ( ) ( ) TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS SIGNED BY PRINT NAME TITLE Proposal No. 208-5362 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. Proposal No. 208-5362 1B 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 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. Proposal No. 208-5362 1C 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. 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. Appeals should address only areas regarding RFP 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). Proposal No. 208-5362 1D 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, 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. Proposal No. 208-5362 1E 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 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. Proposal No. 208-5362 Page 2 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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 SPECIFIC BIDDING INSTRUCTIONS AND REQUIREMENTS ................................... 18 SCOPE OF WORK ....................................................................................................... 21 REQUESTED ITEMS .................................................................................................... 21 SPECIFICATIONS FOR HARDWARE/SOFTWARE .................................................... 23 SPECIFICATIONS FOR TAGS ..................................................................................... 33 COST PROPOSAL ....................................................................................................... 37 PROPOSAL CONTENT REQUIREMENTS .................................................................. 38 AWARD CRITERIA ....................................................................................................... 41 CHECK LIST ................................................................................................................. 42 APPENDIX A – BRANCH INFORMATION.................................................................... 43 Proposal No. 208-5362 Page 3 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc OVERVIEW The purpose of this RFP is to solicit information for the purpose of finding a suitable delivery platform to sustain the use of the Fresno County Public Library’s existing radio frequency identification (RFID) enabled self-check, collection management, and security system. The ideal solution will be easy to implement and use by staff and patrons, and will seamlessly integrate these functions. The items that may be purchased under this contract include but are not limited to the items listed below. Please include these items in your price list/quote: 1. Circulation Stations (For both patron self-check and staff circulation functions) 2. Staff Workstations (For circulation and tagging functions) 3. Security/Detection System 4. Portable Handheld Readers 5. Installation and Training 6. Hardware / Software Technical Support 7. Warranty and Service 8. RFID Tags KEY DATES RFP Issue Date: June 4, 2015 Vendor Conference: June 18, 2015 at 10:00 A.M. Vendors are to contact Shannon W. Kirby at (559) 600-7116 if planning to attend vendor conference. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 Deadline for Written Requests for Interpretations or Corrections of RFP: June 26, 2015 at 10:00 A.M. E-Mail: CountyPurchasing@co.fresno.ca.us RFP Closing Date: July 9, 2015 at 2:00 P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 Proposal No. 208-5362 Page 4 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. Proposal No. 208-5362 Page 5 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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 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. Proposal No. 208-5362 Page 6 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. Proposal No. 208-5362 Page 7 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. Proposal No. 208-5362 Page 8 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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: Date: (Printed Name & Title) (Name of Agency or Company) Proposal No. 208-5362 Page 9 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. Proposal No. 208-5362 Page 10 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. 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) Title * Note: This form/information is not rated or ranked in evaluating proposal. Proposal No. 208-5362 Page 11 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. 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. Proposal No. 208-5362 Page 12 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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. 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. Proposal No. 208-5362 Page 13 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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 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 Proposal No. 208-5362 Page 14 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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 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 Proposal No. 208-5362 Page 15 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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. Proposal No. 208-5362 Page 16 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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, Library Business Manager, 2420 Mariposa Street, Fresno, CA 93721, 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. Proposal No. 208-5362 Page 17 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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. 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. 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. Proposal No. 208-5362 Page 18 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc SPECIFIC 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 June 18, 2015 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 at the office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), 2nd Floor, Fresno, California. Addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference. Bidders are to contact Shannon W. Kirby at County of Fresno Purchasing, (559) 600-7116, if they are planning to attend the conference. NUMBER OF COPIES: Submit one (1) original, with two (2) *reproducible compact discs and eight (8) 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 Proposal No. 208-5362 Page 19 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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. 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 June 26, 2015 at 10:00 a.m. Questions must be directed to the attention of Shannon W. Kirby, 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. Proposal No. 208-5362 Page 20 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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. LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this Request for Proposal. Proposal No. 208-5362 Page 21 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc SCOPE OF WORK The County of Fresno on behalf of the Fresno County Public Library (FCPL) is requesting proposals from qualified vendors to provide the following minimum requirements, specifications and conditions which the proposer must comply with. Bidders are to use this section to describe the essence of their proposal. This section should be formatted as follows: A. A general discussion of your understanding of the project, the scope of work proposed and a summary of the features of your proposal. B. A detailed description of your proposal as it relates to each item listed under the “Scope of W ork” section of this RFP. Bidder’s response should be stated in the same order as the “Scope of Work” items. Each description should begin with a restatement of the “Scope of Work” item that it addresses. Bidders must explain how their approach and method accomplishes or satisfies each of listed items. REQUESTED ITEMS The purpose of this RFQ is to solicit information for the purpose of finding a suitable delivery platform to sustain the use of the Fresno County Public Library’s existing radio frequency identification (RFID) enabled self-check, collection management, and security system. The ideal solution will be easy to implement and use by staff and patrons, and will seamlessly integrate these functions. The items that may be purchased under this contract include but are not limited to the items listed below. Please include these items in your price list/quote: 1. Circulation Stations (For both patron self-check and staff circulation functions) 2. Staff Workstations (For circulation and tagging functions) 3. Security/Detection System 4. Portable Handheld Readers 5. Installation and Training 6. Hardware / Software Technical Support 7. Warranty and Service INTRODUCTION and BACKGROUND Library System The Fresno County Public Library has 37 locations including large urban, medium city/suburban and isolated rural libraries spread across 5,000 square miles with a population of 966,000. It is a member of the San Joaquin Valley Library System (SJVLS) which is comprised of 10 library jurisdictions and 108 individual library locations across the San Joaquin Valley. All the members share a single SirsiDynix Horizon (7.5.2 ) integrated library system (ILS) managed by System staff in Fresno. The system is planning to migrate to Evergreen, an open source ILS in March 2016. There is a high level of interlibrary borrowing between members. All library branches are Proposal No. 208-5362 Page 22 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc on the SJVLS telecommunications network which has its hub in Fresno and computers are on a single Windows 2012 network. As of this date, SLVJS members use a variety of RFID systems from the following vendors; 3M, Bibliotheca, TechLogic, Envisionware. Because SJVLS members share a single ILS, we routinely share materials with one another and all RFID systems must be compatible. Library Collection The Library’s circulating collection includes hard cover and paperback books, DVDs, music CDs, books on CD, digital audio books, and children’s books, and book/CD combinations. The Library typically adds 63,115 books and 36,861 audio visual items to its collection every year. As of June 2014, the library held 872,877 books, 102,314 audio materials and 121,503 video materials. Circulation Statistics Over 4.2 million items were checked out from the Fresno County Public Library during the 13-14 fiscal year. Total patron count is approximately 306,507. Circulation is expected to increase by 3 % by end of the 14/15 fiscal year. Existing and Future Use of RFID The Library implemented RFID for circulation and security beginning in 2005. Materials at 15 of its 37 locations are tagged and these locations use RFID for self-check and security. An additional seven locations use the same RFID software installed to enable self-check using the barcode only – no RFID tags, antennas or security gates. This allows the branch to reap some of the benefits of self-check while waiting to convert to the RFID self-check system. These 22 existing self-check locations accounted for approximately 90% of 4.2 million items checked out last year. See Appendix XXX for a list of the Library’s branches showing their circulation, physical size and collection size. The Library has always used RFID tags that are compliant with the ISO 15693 standard for libraries, programmable by Feig MR-101 model library readers/antennas to the data model established by the Library’s RFID equipment vendor, Tech Logic, Inc. All RFID hardware and software under this RFQ must be compatible with existing RFID tags and equipment. As of this date, SLVJS members use a variety of RFID systems from the following vendors; 3M, Bibliotheca, TechLogic, Envisionware. Our current RFID system is capable of checking in and out materials with 3M, Bibliotheca, and Techlogic tags and activating/deactivating the security bit. Because of the high volume of interlibrary borrowing within SJVLS members, it is imperative the RFID system is capable of reading materials that contain tags from other vendors as well as materials with only barcode identification in a way that is simple and direct for all users. The Library places a high priority on this functionality. The Library’s current RFID system provides the flexibility to install “stand-alone” self-check units away from the circulation desk, as well as convert any existing circulation stations into self-check stations. The latter configuration allows staff to easily access other ILS functions as needed during the self-check transaction and eliminate the need for the customer to seek assistance at another service point. The Library places a high priority on this flexibility / functionality. Proposal No. 208-5362 Page 23 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc SPECIFICATIONS FOR HARDWARE/SOFTWARE Indicate if you can comply with the specifications below: Comply Not Comply A. Overall Requirements 1. All hardware and software under this RFQ must be compatible with existing RFID system which uses Feig MR-101 model library readers/antennas and Feig ID ASC.ANT1400/700 (Type A & B) security gates. 2. The system shall be compatible with Library’s standard computers used for circulation, barcode scanners, and receipt printers. 3. The system must use 13.56 MHz ISO 15693-3 and ISO 18000-3 mode 1 RFID technology and follow NISO 2008 recommendations for library RFID. 4. All system components must be UL and FCC Part 15-Certified, SIP2, RS-232, TCP/IP Ethernet 10/100 and 802.11b (wireless) compliant. 5. The system must provide application-specific software to incorporate all hardware (security/detection systems, staff station readers, tagging stations, patron self-check stations, portable hand-held readers, etc.), the RFID tags and any other RFID related hardware into the system. 6. The system must interface with the Library’s existing automated library system (ILS) using the SIP 2 or Enhanced SIP Protocol (ESP) protocol 7. The system must not interfere with other equipment, automated library system clients or PCs that may be nearby. 8. Software functionality is not affected by computer security, specifically use of Windows group policies. 9. The system and all of its components must be entirely compatible with, and in no manner interfere with, the ILS, its computer clients, or other components. 10. The system must be able to connect through the Library’s Ethernet network via an RJ-45 connector and/or secured wireless network. 11. To ensure ready availability of components, parts, and supplies, all major elements of the system should be warehoused in U.S.A. Proposal No. 208-5362 Page 24 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 12. Health & Safety a. The system, or any of its components, must not be harmful to, or interfere with, the health and well being of patrons and staff, i.e. heart pacemakers, hearing aids, etc. b. The system, or any of its components, must not be harmful to, or interfere with, any materials in the Library collection, such as audio and videotapes, CDs and DVDs. c. Detection and security corridors must be in compliance with relevant ADA requirements. 13. The system must be able to read the following types of item barcodes: 10-digit Codabar symbology (check digit Model 10-Type 0) and 14-digit Codabar symbology. 14. The system must be able to read patron library cards with 10-digit Codabar symbology (check digit Modulus 10). Indicate if any other card types are capable of being read. B. Circulation Stations – These specifications apply to stations used by patrons as well as staff for circulation. 1. The proposed system must be able to mount in, on, or under the work surface of a circulation station. a. State the dimensions (l x w x h) of the reader pad. ____x____x____ ______ 2. The proposed system must have a minimum RFID read range of 7 – 12 inches. 3. The system’s RFID self-check units must be able to read item-specific identification numbers, communicate with the ILS to reduce the Library’s inventory, and turn the security bit off. 4. The system must process multiple RFID-tagged items for both check in and check out functions. 5. The system must be dual function – capable of processing RFID tags or item bar codes in the same transaction. 6. The proposed system must provide a displayed count of the number of items processed simultaneously to ensure complete check in and check out transaction processing. 7. The proposed system readers must be able to read tags and display the information thereon. Proposal No. 208-5362 Page 25 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 8. The system must use an anti-collision algorithm that does not limit the number of tags which can be simultaneously identified and read. 9. The system must be operable by touch screen for patron self check. 10. The system must have the ability to print out cumulative receipts with custom library information as determined by the Library. 11. The system stations must check out all print and non-print material types without damage. 12. The system must be capable of reading item barcodes located in various locations, including inside or outside, top or bottom of the front or back cover, or inside on the top or bottom of the front or back fly page. 13. The system must have customizable messages based on patron and item status. 14. The system must display ILS system information relating to the patron or item status. 15. The system must provide visual and audible feedback during the transaction. 16. The system must have the ability to display select information from patron record, such as number of items checked out, number of items on hold and outstanding fine information. 17. The system must have customizable animations and instructions. 18. The system must have the capability to display self-check unit banners, and instructions in multiple languages, including but not limited to English and Spanish. Indicate what other languages are supported. 19. The system must deactivate the theft or security bits on the materials when checked out. 20. The system must deactivate the theft or security bits within one second of discharging the item. C. Reporting 1. The system must provide performance statistics that can be exported in a format that can be analyzed using standard office productivity software. Proposal No. 208-5362 Page 26 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 2. Data must be broken down by location, day of the week and hour of the day. Data to include: Number of transactions, type of transaction, and number of successful and unsuccessful transactions. 3. Reports can be run locally or from a central location. D. Staff Workstations – These stations are used primarily for tagging and check in away from the circulation desk. 1. The system must have the ability to read, program, and reprogram RFID tags. 2. The system must be able to be used for check in and check out of library materials and activate/deactivate the security bit accordingly. 3. System hardware must be able to be integrated into Library’s own furniture. 4. The system must have on or in counter installation options. 5. The system must be dual function: capable of processing RFID tags or barcodes. 6. The system readers must be able to read tags and display the information thereon. 7. The system must not require mouse activations to process most items. (Exceptions made for configuration changes, error handling, or tag reprogramming situations.) 8. The system must be capable of reading item barcodes located in various locations, including inside or outside, top or bottom of the front or back cover, or inside on the top or bottom of the front or back fly page. 9. The system must have a minimum RFID read range of 7 – 12 inches. 10. The system must allow configuration of item identifier parameters to automatically prevent programming of partially scanned or incorrectly scanned barcodes. 11. The system must simultaneously process multiple RFID-tagged items for check in and check out. 12. The system must use an anti-collision algorithm that does not limit the number of tags, which can be simultaneously identified and read. Proposal No. 208-5362 Page 27 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 13. The system must provide a displayed count of the number of items processed simultaneously to ensure complete check-in/out transaction processing. 14. Check in can be performed within the Library’s ILS using the reader/antenna to read the tags and deactivate the security bit. 15. The system must provide the option to program tags as either locked or unlocked. 16. The system must allow the user to program tags in standalone mode, not requiring a connection with the Library’s ILS. 17. The system must provide the ability to print/dispense tags as they are programmed. Include specifications for any special equipment needed to print the tags. 18. State the typical conversion rate (# items per hour) for programming and adhering tags. Include rate for pre-printed tags and if different, the rate for printing tags in house. E. Detection System 1. The system must have a read range of at least eighteen inches (18”) in either direction of each gate. 2. The system must provide a false alarm rate of less than 0.1%. 3. The system must offer multiple install options, including: a. Direct mount w/ ADA compatible threshold plate b. Base plate, only minor floor modification (e.g. drilling -required for installation) c. Buried cables (recessed conduit under finished floor or saw cut in finished floor) 4. The dual aisle exit system/detection systems must create an opening of at least 36 inches. 5. The security/detection systems must be come in different colors or styles to fit in with the Library’s décor. 6. The system must be able to issue visible and audible warnings. 7. Tags with theft or security bits that are “on” must immediately trigger an alarm. Proposal No. 208-5362 Page 28 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 8. Staff working at the circulation desk must be able to determine what item has triggered an alarm. 9. The system must provide item security even when the Library’s integrated library system (ILS) host system or network is off-line or not functioning. 10. The security/detection systems must be shielded from external interference from light fixtures, elevator motors, etc. 11. The system must alarm on “active” tags in library materials only when activated by exiting patrons. Describe any limits on the proximity of tagged materials to the security/detection system. 12. The system must contain a built-in, patron counter which may be easy read and reset by Library staff. F. Portable Handheld Reader 1. The portable handheld reader must be a cordless, one-piece design, to be held in one hand. 2. The portable handheld reader must feature a touch screen display and use a removable memory card. 3. The total weight of the portable handheld reader must weigh less than 30 ounces, including battery, RFID reader, antenna, display and computing unit, and any other components that must be carried by the user 4. The portable handheld reader must be easily set down on a library shelf or cart when necessary to free the user’s hands. 5. The portable handheld reader must incorporate an ergonomic design, to aid user in reading shelves at all levels easy to use and be relatively non-stressful to wrist, arm, shoulder and elbow. 6. The portable handheld reader battery life must allow the user to work for at least 4 hours before charging or changing batteries is required 7. The portable handheld reader must have built-in diagnostics for troubleshooting. 8. The portable handheld reader must use an anti-collision algorithm that does not limit the number of tags which can be simultaneously identified and read. Proposal No. 208-5362 Page 29 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 9. The portable handheld reader must have the capacity to download at least 500,000 items from Library’s automation system onto the portable handheld reader memory medium. 10. The portable handheld reader must have the capacity to read multi-line, fixed-length-field, or delimited-field records from an electronic file containing shelf or search lists and create a portable database for use in a portable handheld RFID reader. 11. The proposed portable handheld reader must accommodate data collection simultaneously with other functions 12. The handheld reader must direct the user to items on such lists and provide a way to keep track of which items have been found and which have not been found. 13. The portable handheld reader must be multi-functional to provide efficient collection management including: a. The proposed portable handheld reader must accommodate Shelf order checking: to locate items that are out of place on the shelves. This capability must be sensitive enough to locate items that are out of place by as little as 5 inches. b. The proposed portable handheld reader must accommodate Data collection: to collect and store identifiers of items scanned, and store those items in user-defined categories for upload. This capability must allow storage of up to 1 million items prior to upload. c. The proposed system must accommodate Sorting: to assist a user with sorting items on a shelf or cart. d. The proposed system must accommodate Shelving: to assist a user with shelving an item. e. The proposed system must accommodate Searching: to identify items on multiple, user defined search lists, (e.g. Missing, Claims Returned, Billed and Paid, inventory, shelf order, item searches, etc. f. The search capability must be active during order checking, data collection, sorting, pulling, and finding functions, with option to turn it off if desired. g. The proposed system must accommodate Pulling: to assist the user with finding items on hold (reserve) or weed lists, or other user- defined lists available from the circulation system. Proposal No. 208-5362 Page 30 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply h. The proposed system must accommodate Finding: to allow a user to quickly enter search criteria directly into the device, then search for items which meet that criteria. i. The proposed system must accommodate secure status checking: to allow a user to identify individual items which have not been properly checked out and have caused an alarm of the security/detection system. This capability must allow display of the title of item on the device. j. Secure status checking capability must also allow the user to scan items on library carts or counters to identify individual items which have not been properly checked in, before re-shelving. 14. The portable inventory reader must be programmable to search for items individually, as well as in batches of multiple items. 15. The proposed system must validate item identifier (barcode) data from input lists and provide a log of errors found. 16. The proposed system must allow specification of categories for collection of data from RFID tags. Examples of categories include In House Use, New Item Processing, etc. 17. The proposed system must process results of data collection sessions or pull sessions, reading these results from the memory card and creating PC files containing lists of collected data, lists of items pulled, and lists of items not pulled. 18. The proposed portable handheld reader must have the ability to download barcodes to the Library’s circulation system. 19. The proposed portable handheld reader must have an audible tone and visible indicators to verify item has been identified. The audible tones shall be adjustable by the user. 20. The proposed portable handheld reader must be able to read RFID tags from a four-inch (4”) range. G. Installation and Training 1. The initial installation training will be performed by vendor staff and take place at the Fresno County Public Library. 2. After installation and management training at one location, local library technicians should be able to install the solution at the remaining sites using vendor-supplied documentation and with telephone/WebEx assistance. Proposal No. 208-5362 Page 31 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply Not Comply 3. The Library requires technical manuals and user manuals, plus any other materials that are typically distributed during training. Operation manuals must be provided with the equipment. 4. The Library requires that manuals also be available on electronic format with unlimited distribution within the Library, and shall be supplied free of charge. 5. The Library requires interaction with the vendor sales staff and technical support staff during installation planning, the installation phase and follow-up immediately after such installation. 6. Vendor must also be available for consultation on placement of hardware to accommodate network infrastructure, power and ventilation requirements, building restrictions, etc., and to maximize the workflow, staffing and patron convenience issues 7. Any introductory operator / user / staff training shall be provided at no charge. H. Hardware and Software Technical Support 1. Provide access to live technical support between 8am and 5pm ST/PDT Monday-Friday. 2. Provide an online system to report and track support requests. I. Warranty And Service Requirements 1. The vendor must provide an all-inclusive 12-month warranty on equipment, software, and components and offer additional options for extending the warranty period. Please provide a narrative response to the following questions: 1. Describe the minimum and recommended hardware required for your solutions and compatible operating systems. 2. Describe the network topology of your solution in both the branch and the broader system context. Include the W AN bandwidth required and the sensitivity to latency in network 3. Describe how your system will authenticate users against the Horizon borrower database. What access controls are available to limit access by some users? 4. Describe the system’s ability to allow patrons to pay fines at a self check station without staff intervention including additional equipment required beyond the self check station itself. Proposal No. 208-5362 Page 32 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 5. Describe the system’s ability to perform off-line transactions and maintain records of all barcodes checked out when the ILS is offline. Include information about turning on/off the security feature on RFID tags to allow secure Library operation during offline situations and uploading transactions when the ILS is back online. 6. The Fresno Central Library is the only location which uses 3M™ Tattletale™ security strips and corresponding security gates. Describe the system’s ability to use self check in this situation until the branch can be converted to RFID for circulation and security. 7. Describe the system’s ability to open locked audiovisual security cases after successful check outs including specific security case models required. 8. Describe options available for a portable tagging station that can be used in the book stacks at the branch. 9. Describe the reporting options available for your system. 10. Describe your support operations, including hours of availability, methods of contact, and number of dedicated support desk personnel. 11. Describe options for leasing equipment. 12. Describe options and pricing for additional staff training periods and topics beyond the required introductory training. 13. Describe options for extending the warranty period on parts and labor beyond the required 12-month period. Proposal No. 208-5362 Page 33 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc SPECIFICATIONS FOR TAGS The library has always used RFID tags that are compliant with the ISO 15693 standard for libraries, programmable by Feig MR-100 model library readers to the data model established by the library’s current RFID equipment vendor, Tech Logic, Inc. All RFID Tags under this RFQ must be compatible with existing RFID tags and equipment. Indicate if you can comply with the specifications below. If compliance differs based on the type/size/shape/functionality of the tag, provide specs for each type separately. Comply or Not Comply SPECIFICATIONS: A. Tags are compatible with the current RFID system in place at the library as described above. B. Vendor can offer tags from multiple manufacturers. 1. List the available manufacturers below: C. Availability 1. To ensure ready availability, tags/supplies are warehoused in the U.S. 2. List the standard turn around time (in weeks) once tags are ordered: a. Blank b. Pre-Printed c. Pre-Programmed / Pre-Printed d. Other:____________________________ D. Tags are compliant with 13.56 MHz ISO 15693-3 and ISO 18000-3 mode 1 RFID technology and follow NISO 2008 recommendations for library RFID. E. Tags use the NXP ICODE SLI chip. F. Memory Proposal No. 208-5362 Page 34 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply or Not Comply 1. Tags have memory capable of holding additional information including item type, multi-part set identifier, branch ownership, and sorting location. 2. The proposed system must provide tags with a range of memory options that can be used simultaneously in the library. a. List the minimum and maximum memory capacity of tags. • Minimum _______________________ • Maximum _______________________ G. Tag must possess anti-collision capabilities. 1. State the collision rate / # of tags that can be read simultaneously. ___________________________ H. Tag’s data model provides for multiple functions, e.g., security, inventory control, self-service, based on the library’s parameters specifying data to save on the tag. I. Read Range 1. What is the effective read range of the tags? ________________ J. Tags have a read/write design. 1. RFID tag is fully re-writeable for all data including the item identifier field. 2. Tag has portions of memory that can be locked (for item number) and portions that can be re-programmed (branch and/or shelving location code). 3. Each memory portion must be able to be locked independently of other portions. K. Tags can be ordered preprogrammed based on a range of sequential barcodes supplied by the library with an imprint of the physical barcode on the tag which can be read by the library’s scanners. L. Tag uses a low acid or neutral pH adhesive. M. Tags are available that fit all standard types of library materials: books, magazines, CD/DVDs, audio books, etc. N. CD/DVD Tags Proposal No. 208-5362 Page 35 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Comply or Not Comply 1. Tag may be placed directly on a disc of SINGLE sided DVD so as not to cover any area on which data is stored. 2. Tag may be placed directly on a disc of a DOUBLE sided DVD so as not to cover any area on which data is stored. 3. Does the CD/DVD tag require additional materials be applied in conjunction with the tag, (i.e. boosters, overlays, etc.) Yes / No 4. Is there an “all-in-one” CD/DVD tag available that eliminates the need for additional boosters, overlays, etc. while maintaining the same or higher read range? Yes / No O. Tag Imprint 1. RFID tags can be customized by overprinting of the Library's name, logo and other identification. 2. Offered with the following options a. Blank b. 1-color c. 4-color 3. Is this imprinted directly on the tag or on a separate label that is applied over the tag? imprinted directly on the tag; or separate label P. Tag Failure Rate 1. What is the failure rate of the tags? 2. Inoperative tags must be clearly marked by the manufacturer. Q. Tag Life / Warranty 1. RFID tag is guaranteed for the life of the item on which it is originally affixed. 2. Tag is warranted for defects and if defective will be replaced at no cost to the Library. Proposal No. 208-5362 Page 36 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc Tag Samples, Dimensions and Pricing The Library requests that samples of available tags be included with an attachment detailing specifications of physical dimensions of all tags including inner and outer diameters and thickness as appropriate and pricing for each tag type. Please provide a narrative response to the following questions: 1. Describe how the manufacturer marks tags that are inoperative. 2. If the CD/DVD tag requires additional materials be applied in conjunction with the tag, (i.e. boosters, overlays, etc.), describe the supplies and workflow required. Proposal No. 208-5362 Page 37 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc COST PROPOSAL Reminder: 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. Fresno County pays California State Sales Tax regardless of vendor's place of doing business. A. Unit cost shall be provided for all system components separately including hardware, software, RFID tags and other supplies. If a price break is available for a larger number of units, quote the next price tier. B. Cost of hardware maintenance for first year as follows: a. Normal business hours b. 24 hours/day – seven days a week C. Cost of optional hardware maintenance for additional years. D. Cost of software maintenance for first year as follows: a. Normal business hours b. 24 hours/day – seven days a week E. Cost of optional software maintenance for additional years. F. Cost of optional custom programming as an hourly rate with minimum time. Proposal No. 208-5362 Page 38 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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 w ith 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. In this section the bidder should address 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. Proposal No. 208-5362 Page 39 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc V. TRADE SECRET: A. Sign where required. VI. CERTIFICATION – DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS VII. REFERENCES VIII. PARTICIPATION 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 Proposal No. 208-5362 Page 40 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc 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: 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 Proposal No. 208-5362 Page 41 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc AWARD CRITERIA COST A. As submitted under the "COST PROPOSAL" section. CAPABILITY AND QUALIFICATIONS A. Do the service descriptions address all the areas identified in the RFP? Will the proposed services satisfy County's needs and to what degree? B. Does the bidder demonstrate knowledge or awareness of the problems associated with providing the services proposed and knowledge of laws, regulations, statutes and effective operating principles required to provide this service? C. The amount of demonstrated experience in providing the services desired in a California County. MANAGEMENT PLAN A. Is the organizational plan and management structure adequate and appropriate for overseeing the proposed services? Proposal No. 208-5362 Page 42 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.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. The Request for Proposal (RFP) has been signed and completed. 2. Addenda, if any, have been completed, signed and included in the bid package. 3. One (1) original plus Eight (8) copies of the RFP have been provided. 4. Two (2) *reproducible compact discs of the RFP have been provided. 5. The completed Trade Secret Form as provided with this RFP (Confidential/Trade Secret Information, if provided must be in a separate binder). 6. The completed Criminal History Disclosure Form as provided with this RFP. 7. The completed Participation Form as provided with this RFP. 8. The completed Reference List as provided with this RFP. 9. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFP. 10. 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. 208-5362 Closing Date: July 9, 2015 Closing Time: 2:00 P.M. Commodity or Service: Radio Frequency Identification Software Return Checklist with your RFP response. Proposal No. 208-5362 Page 43 G:\Public\RFP\FY 2014-15\208-5362 Radio Frequency Identification Software\208-5362 Radio Frequency Identification Software.doc APPENDIX A – BRANCH INFORMATION 2013-2014 Branch / Office Size of Location (Square Ft) Circulation # Books Held # Audio Visual Held Auberry Branch ++ 5,024 77,321 24,861 2,967 Bear Mountain Branch++ 7,510 41,886 19,578 2,737 Big Creek Branch 375 3,718 4,021 472 Biola Branch 1,008 4,648 1,623 275 Caruthers Branch++ 6,050 33,893 17,009 1,707 Cedar Clinton Branch* 7,500 210,153 40,083 5,851 Clovis Regional Library* 8,627 514,358 79,940 11,315 Easton Branch 3,120 18,539 16,689 2,116 Fig Garden Regional Library* 10,218 400,152 61,715 10,230 Firebaugh Branch 1,581 23,304 9,083 1,119 Fowler Branch* 8,100 47,536 21,573 2,062 Fresno Central Library* 82,716 319,868 261,665 7,497 Gillis Branch* 6,263 242,037 36,222 6,869 Kerman Branch++ 4,380 82,544 21,225 2,315 Kingsburg Branch++ 4,500 90,447 29,403 3,791 Laton Branch 1,563 7,098 7,005 799 Mendota Branch* 12,576 23,030 21,527 1,919 Mosqueda Branch++ 2,156 38,747 18,242 2,637 Orange Cove Branch* 10,000 47,423 19,167 1,831 Parlier Branch 3,778 17,204 17,324 1,962 Piedra Branch 1,800 4,852 4,033 1,152 Pinedale Branch 1,274 22,986 11,122 1,298 Politi Branch* 5,000 235,328 42,543 5,635 Reedley Branch* 5,000 129,077 28,724 3,863 Riverdale Branch 2,190 23,275 16,2235 1,276 San Joaquin Branch 2,996 26,469 12,631 1,450 Sanger Branch* 8,994 126,409 36,817 3,430 Selma Branch++ 7,272 102,079 30,564 3,070 Senior Resource Center 795 10,940 4,167 1,164 Shaver Lake Branch 1,000 4,197 4,761 980 Sunnyside Regional Library* 11,653 245,271 52,087 6,358 Teague Branch 700 69 462 191 Tranquillity Branch* 3,400 9,434 7,875 824 West Fresno Branch* 7,000 58,788 19,818 2,376 Woodward Park Regional Library* 22,050 597,856 87,801 10,632 Literacy Services Center 1,170 Special Services Talking Book Library 2,640 Special Services *Location already using RFID self check / security ++Location using barcode-only self check. No RFID or security. G:\PUBLIC\RFP\FY 2014-15\208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE\208-5362 ADD 1.DOC (04/2015) COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFP NUMBER: 208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE June 29, 2015 PPUURRCCHHAASSIINNGG UUSSEE G:\PUBLIC\RFP\FY 2014-15\208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE\208-5362 ADD 1.DOC ssj IMPORTANT: SUBMIT PROPOSAL IN SEALED PACKAGE WITH PROPOSAL NUMBER, CLOSING DATE AND BUYER’S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, Purchasing 4525 EAST HAMILTON AVENUE, 2nd Floor FRESNO, CA 93702-4599 CLOSING DATE OF PROPOSAL WILL BE AT 2:00 P.M., ON JULY 9, 2015. PROPOSALS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. All proposal information will be available for review after contract award. Clarification of specifications is to be directed to: Shannon W. Kirby, phone (559) 600-7110, e-mail CountyPurchasing@co.fresno.ca.us. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR PROPOSAL NUMBER: 208-5362 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR PROPOSAL. ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFP 208-5362 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) ADDENDUM NO. One (1) Page 2 REQUEST FOR PROPOSAL NUMBER: 208-5362 June 29, 2015 G:\PUBLIC\RFP\FY 2014-15\208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE\208-5362 ADD 1.DOC QUESTIONS AND ANSWERS Q1. Please provide the quantity of all required software licenses, RFID tags and hardware components. This includes but is not limited to: a. Software: i. Patron Self-Checkout software licenses i. software for self-check stations: o seat licenses for backroom, staff use – approximately 30 o seat licenses for circ desk and stand-alone public use – approximately 55 ii. Staff management licenses ii. FCPL has one server license to manage licenses b. Hardware for patron/staff stations. Clarify if the library intends to utilize existing hardware or procure new hardware as part of this purchase. b. Yes, FCPL intends to utilize existing hardware. i. Is any of the existing hardware components at “end of life” and in need of replacement? i. FCPL currently follows a 5year replacement plan for CPUs, so not more than 20% are due for replacement in any one year. ii. Hardware components may include but are not limited to:  CPU/Computers required o not purchased thru RFID vendor  Touchscreen monitors o not purchased thru RFID vendor  Regular monitors o not purchased thru RFID vendor  Credit card readers o not purchased thru RFID vendor  Barcode readers o not purchased thru RFID vendor  RFID antennas/readers o 66 – purchased thru RFID vendor  RFID security gates o 45 pedestals – purchased thru RFID vendor  Inventory management device (Wands) o purchased thru RFID vendor ADDENDUM NO. One (1) Page 3 REQUEST FOR PROPOSAL NUMBER: 208-5362 June 29, 2015 G:\PUBLIC\RFP\FY 2014-15\208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE\208-5362 ADD 1.DOC c. RFID Tags i. Book/monograph tags i. 55,000 book tags per year ii. Media/DVD tags  For media tags, do you prefer hub (doughnut) or Stingray (surface) tags? o FCPL uses Stingray tags for media and will need 20,000 stingrays per year Q2. The RFP does not reference any quantities for staff antennas, security pedestals or other components. Can you provide direction on the quantity of each product at each branch that currently does not have RFID or barcode checkout? A2. FCPL’s current plans are not to expand our self-check to the smallest branches. The Library is planning to expand RFID checkout to new branch buildings when they are constructed – at this time FCPL has one branch moving to a new building; with plans for two additional relocations in the next two-three years. Q3. Can you provide a list of the number of barcode self-service and staff stations at each of the branches with barcode checkout and identify if you would like more or less RFID stations at any branch where they will not be replaced one for one? A3. FCPL plans to replace one for one when we migrate Q4. Would you consider a turnkey solution for self-check that would include hardware and software? A4. No, not at this time, FCPL has not budgeted to replace existing infrastructure Q5. Would the library like to consider a display of “Recommended Reads and Library Promotions” at Self Check? A5. Yes, this feature can be included for consideration Q6. Does the library currently subscribe to “Novelist Select”, “Library Thing” or “Evanced Solutions” A6. No, FCPL does not have the Novelist Select or Library Thing services; the Library uses the room booking and management features of Evanced Solutions. We are using an older version, the newer version 2.0 is known as Sign-Up and Spaces. We will be migrating to the newer version in the coming months. We do not subscribe to any of their other offered products. Q7. Will the “back to back” self-check / Staff station units be a requirement. Specifically, will you require staff and patrons to be able to see the same transaction simultaneously on separate monitors? A7. Yes Q8. Does the library desire local service support? (factory trained technicians within 3 driving hours or your libraries) A8. Offer solution and detail costs. ADDENDUM NO. One (1) Page 4 REQUEST FOR PROPOSAL NUMBER: 208-5362 June 29, 2015 G:\PUBLIC\RFP\FY 2014-15\208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE\208-5362 ADD 1.DOC Q9. Can you tell us when these products would be required for implementation? A9. FCPL plans to transition to the new software as soon as the contract is approved Q10. Reference: Page 30, G. Installation and Training, Item 2. Can you expand on this item? Are you requiring that your library technicians become trained on how to install all equipment then the county would be responsible for all installation? A10. FCPL techs have been trained to install software, RFID readers/antennas; library techs have not been trained to install security gates. Q11. Does the library wish to provide payment options to patrons and Self-Checkout stations? If so, does the library want to accept credit card, cash/coin or both. Which payment types will be accepted at the stand-alone Self-Checkout Stations and which will be accepted at the Self-Checkout stations located at the circulation desk? A11. FCPL will consider solutions that offer payment options to patrons. Please describe, including the system’s ability to allow patrons to pay fines without staff intervention, including additional equipment required beyond the self-check station itself. Q12. What percentage of materials in the 7 branch libraries have RFID tags? A12. Approximately 60% Q13. Does the library wish to continue to offer both barcode and RFID readers at the 7 barcode branch locations? A13. Yes, FCPL requires a solution that offers barcode readers, even at RFID branches Q14. Will the library require the performance bond at the time of the proposal or at the time the contract is awarded? A14. A performance bond may not be required. Q15. The RFP indicates that you use Techlogic for your RFID data-model. Have you made a decision to continue on that model or to upgrade to ISO 28560-2? If so, what is that decision? A15. FCPL plans to upgrade as long as the new standard is backwards compatible with the ISO 15693-3 and ISO 18000-3 mode 1, RFID standards we currently have in place. Q16. The RFP indicates that you use Techlogic at your largest sites that represent the bulk of your circulation. Will you migrate these branches to the vendor/solution selected through this RFP? A16. Yes Q17. Will this migration occur in the next 18 months? A17. Yes Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 1 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 2 COUNT Y O F F R ESN O REQUEST FOR PROPOSAL NUMBER: 208-5362 RADIO FREQUENCY IDENTIFICATION SOFTWARE Issue Date: June 4, 2015 Closing Date: JULY 9, 2015 Proposal w ill be considered LATE w hen the official Purchasing time clock reads 2:00 P.M. Questions regarding this RFP should be directed to: Shannon W. Kirby, phone (559) 600-7116 or e-mail countypurchasing@co.fresno.ca.us. Check County of Fresno Purchasing’s Open Solicitations w ebsite at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for RFP documents and changes. Please submit all Proposals to: County of Fresno - Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702-4599 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 3 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 4 July 6, 2015 Shannon W. Kirby County of Fresno - Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702-4599 Dear Mr. Kirby and Library Selection Committee: Tech Logic Corporation is pleased to submit this proposal in response to RFP 208-5362 for the Fresno County Public Library RFID Software. We want to convey our enthusiasm for continuing our partnership with Fresno County Public Library to provide state-of-the art technology to your patrons and library staff. As your current RFID solutions provider, you already know that Tech Logic leads the industry in working with libraries on projects of this size and complexity. Your current Tech Logic implementation offers the most sophisticated, robust, flexible and expandable solution available. Moving forward with your Tech Logic services will certainly be the easiest solution to implement because it is already up, running and familiar to your patrons and staff. The only financial requirement is the annual software support and license fees. The Tech Logic contact person during the Proposal review process is me and I may be reached by telephone at 801-319-2848 or by email at ssmith@tech-logic.com. As your Solutions Specialist, I will continue in my role as your advocate and ensure your ongoing success and satisfaction. Further, I frequently travel to California and will be available at your convenience to participate in demonstrations of our new products and innovations. Our corporate motto is “People First” and our primary focus is supporting you and the library patrons you serve. We will continue to do this by creating products and delivering services that make people more successful. Everyone at Tech Logic is committed to our continued collaboration with Fresno County Public Library. As you review our proposal, bear in mind that all things are negotiable and we are eager to answer any questions you may have. We will do everything in our power to continue to provide you with long-term solutions and a durable partnership going forward. Best, Stan Smith Senior Solutions Specialist Tech Logic Corporation 1818 Buerkle Road, White Bear Lake, MN 55110 TF: 800-494-9330 Mobile: 801-319-2848 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 5 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 6 Tech Logic agrees that it does not have any public or private interest, and shall not acquire any such interest in connection with the proposed project, whether directly or indirectly, that would conflict or appear to conflict in any manner with the performance of its services under this Contract. Tech Logic further agrees that if a conflict of interest should arise, it will immediately inform the County, or any such represntative that the county should designate. Kathryn K. Smith Sherrill Law Offices, PPLC 4765 Banning Avenue, Suite 212 White Bear Lake, MN 55110 Phone: 651-426-2400 Fac: 651-426-2322 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 7 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. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 8 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 9 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 10 The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and T ulare Counties and all governmental, tax supported agencies within these counties. W henever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agenc y 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. 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) Senior Solutions Specialist Title * Note: This form/information is not rated or ranked in evaluating proposal. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 11 No Exceptions. No Exceptions. No Exceptions. No Exceptions. No Exceptions. No Exceptions. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 12 A. The Tech Logic RFID/Self-Checkout solution is easily installed and centrally managed. We employ a scalable solution that is “just right” for your needs. While Southern Pines Public Library has less than 5 Self-Checkout stations deployed at just one location, Toronto Public Library has over 750 Tech Logic Self-Checkout stations at over 80 branches (they expect to have almost 1000 at all 99 locations soon). Both systems utilize both the “Combo Station” approach where the Self-Checkout station is installed at the circulation desk and the “Kiosk” style. We know from experience that each library has different needs but all wish to get the highest percentage of successful use from the self-check systems they purchase. Therefore, will work with you to design and configure a solution that creates an optimized and streamlined work- flow. Our staff has a broad skill set which allows us to be a valuable partner in the hectic rush to finish an RFID project, bring up a new system and go live. You will not have to work with resellers, third parties, foreign manufactures or middlemen to install the solution. You will have one company responsible for everything. In fact, our customers will tell you that our experience with projects such as yours was a major factor in their decision to partner with Tech Logic. Our Self-Checkout system, CircIT is like no other. It is a database controlled application that utilizes a server to run all Self-Checkout stations. It can be centrally installed at the library or City IT headquarters or at the library, allowing your staff to monitor/control the interface, roll out updates, and make changes from a central location. There will be no need to go to every terminal to obtain statistics or troubleshoot; all functions can be done from the central server location. Although one size does not fit all, our customers do share a common “customer service” mentality. We have built our business around that very important ideal and by utilizing a flexible and scalable architecture and implementation approach; our customers always get the very best price, performance and service! While other companies have struggled or re-shuffled because of this economic downturn, Tech Logic has strengthened its standing in the library market. The company has done so by increasing its customer base and profitability with sales in the U.S., Canada, and overseas. Tech Logic is not only profitable; we are growing ….and doing so in a very challenging economic environment. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 13 Our success is the result of the following:  A “people first” philosophy that starts with you and extends to all of your patrons. For you, it means that our relationship is personal; it is a partnership where we work together to create the best solutions to satisfy your needs. It means that you and your library become part of the Tech Logic family. And it means that as a member of our family, you receive the kind of service and support that you would expect from family. As a family owned and operated business, you will never be just another customer number and you won't be another notch on the belt of wins by a multinational, faceless organization, owned by equity investors.  A corporate philosophy to only serve libraries. This focus enables us to learn exactly what libraries need and to provide those products and services that help them deliver the highest degree of customer service to library-patrons.  A “long-haul” approach to our business. You don’t have to worry that Tech Logic will decide to “get out” of the RFID Self-Check or AMH business or be sold to another company that may not have the same “library-first” approach.  Tech Logic was an early provider of RFID technology for libraries, and is the creator of CircIT self-checkout software and Ultra Sort systems. Tech Logic also holds patents on self- checkout products, including the CircIT Combo Station Self-Checkout System, which resides at the circulation desk for easy staff assistance.  Tech Logic designs, manufacturers, installs, and services what we sell. Design and manufacturing are done by the Tech Logic team, at the company’s facility in White Bear Lake, Minnesota. This allows the company to develop new systems and build products that can be customized for each library.  We offer extremely flexible solutions that are based on your specific needs. We approach every project “holistically” and know that each new customer has a very specific and special set of needs that require focus and flexibility on our part.  Tech Logic takes customer service seriously and will provide the most modern and comprehensive online support and tracking capability….as well as necessary onsite maintenance and human-to-human communication available today.  Our products are constantly being enhanced as a result of feedback from our customers. Although we recognize that we cannot “be and do everything”, we know that to survive in a competitive market we must continue to strive to be the best at what we do With so much time and effort expended to make the library a visually pleasing and welcoming environment, we think furniture decisions should be made locally and not by Tech Logic. We are pleased that we will be able to help configure a more perfect functional and visual fit. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 14 B. Sarasota , F lorida is home to a stunning nine-library system. Library staff at these high-volume branches strive to meet and exceed the high-quality service expectations of this affluent community. The system is continuously renovating its existing facilities, while adding new buildings and branches. Sarasota County Public Libraries has always had a desire for efficiency, ease of use and excellent patron service, so they had purchased an RFID system from another company -VTLS -who installed self-checkout systems and RFID security in the existing branches. Suddenly, VTLS closed their RFID business. Sarasota began to evaluate new vendors, and after a rigorous RFP process, chose to work with Tech Logic based on three things: expected long-term value proposition, quick adaptation for staff and patrons, requiring little ramp-up time, and because they wanted to partner with a company who specialized in working with libraries. Tech Logic engineers tackled Sarasota’s legacy site, and created a custom solution to convert their existing technology using our patented CircIT® self-checkout software. At the same time, Tech Logic evaluated options for AMH systems, designing solutions that include the UltraSort, Self -Checkout, and Throw & Go technology. Sarasota County Library System R.O.I.  Long-term value  Integration to existing equipment  Quick adaptation for staff and patron  Low patron/staff effort expectations  Specialization in working with libraries Virginia Beach Public Library has a unique relationship with Tidewater Community College presented a unique problem of its own. Six years ago, the institutions were approached by their governing bodies with a proposal —to build a joint-use library at Tidewater Community College’s Virginia Beach Campus. Staff imme- diately recognized that they were about to do something no library had done before — keep two respective library systems while connecting them. The organizations originally approached Tech Logic for direction in how this problem could be solved. They then designed and built a spectacular new library in the heart of downtown Virginia Beach, and counted on Tech Logic to develop a working product to connect the two. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 15 Tech Logic software engineers wrote custom software to connect the database, RFID information, and check-in and checkout equipment, in addition to installing AMH that features our patented Loader/Unloaders to transport materials between libraries. Now, all staff and patron transactions are completed in real time through this system — affec- tionately called “the connector” — even though they maintain separate ILS’s, TWCC- ExLibris and VBPL-Sirsi-Dynix. Virginia Beach Public Library/Tide Water Community College R.O.I.  Custom software programming capabilities  Seamless integration between two library systems  Patented Loader/Unloader for easy transport  Ability to plan for and accommodate high volume circulation Salt Lake County Library System was struggling to keep up with increasing circulation and the promise of two new branches planned to open in the next year. Gretchen, who has spent over 25 years applying technology to the work of libraries, knew it was clear they needed ways to cope with the increase in circulation without depending on increases in staffing, and turned to Tech Logic with several goals : to streamline self-checkout, reduce staff repetitive motions, and streamline the inventory process. The system of 18 libraries was circulating over 12 million items a year without the ben- efit of Self-Check-out capabilities. Tech Logic implemented RFID tags for self-checkout at a test branch, and as the process for patrons was simplified and material handling was reduced in the backroom, Salt La ke gained the confidence to use RFID tags for inventory, security, and to locate materials at the shelves. Today, Salt La ke County Library System has embraced Tech Logic Self-Checkout software for both RFID and barcodes. They have trained over 400 staff members on SCO systems in 12 libraries, have RFID-tagged three complete collections of 50,000, 60,000, and 80,000 items, and another of 200,000 items. UltraSort technology has allowed Salt La ke to increase circulation and provide exception - al service without increasing staff size. As one of their sorter libraries puts it, “‘We love Lucy,’ our sorter, and treat her like a staff member with her own way of doing work. She works best when we adjust our workflow to take advantage of what she can do for us. We could never keep up with our workload without Lucy on our staff.” Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 16 Salt Lake County Library System R.O.I.  Excellent balance of customer service and customer experience  80,000 items tagged with RFID in eight days  93% of check-outs done at Self-Checkout stations with 1-2 staff members  Ability to design own SCO screens  In one branch circulation increase for 26,000 items per month to 70,000 without added staff  Sorting and Self-Check-out streamlined and standardized system –wide  Increase staff morale  Increased public perception Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 17 C. Annette Harwood Murphy - CEO Annette Harwood Murphy is the CEO of Tech Logic. She is also co-founder, President/CEO, and Chairman of the Board of The Library Corporation in West Virginia, which holds majority stock shares in Tech Logic. Mrs. Murphy has guided The Library Corporation’s strategic planning, fiscal operations, and administration since 1975. Under her stewardship, The Library Corporation (TLC) has become an international company serving thousands of libraries worldwide with an array of technologically advanced automation solutions. In addition to Tech Logic, TLC’s corporate family includes CARL Corporation in Denver, Colorado (acquired in 2000). TLC is built on the principles of honesty and integrity, and values its relationships with its library customers. This tradition will continue with Tech Logic as it partners with and creates long-term relationships with the library community. Mrs. Murphy’s professional background is in finance, software development, and systems analysis. She worked as a systems analyst and consultant in the development of accounting and office procedures. Mrs. Murphy pursued studies at the University of Georgia in Atlanta and DeKalb College in Decatur, Georgia, in systems analysis. Mrs. Murphy serves as a member of the Board of Directors of the Old Charles Town Library and a member of the Board of Directors of the Shepherd University Foundation. Gary Kirk - President Gary Kirk assumed executive responsibility for Tech Logic in April 2005 after holding several senior management roles at TLC. His leadership of Tech Logic has resulted in a drastic increase of sales, improvements to manufacturing quality control, multiple new products and services and a world-class level of customer care. Prior to his service at Tech Logic, he joined TLC in 1986 and served for 19 years, managing the company’s General Operations, Sales and Marketing efforts while serving as Senior Vice President. He also served as Director of TLC’s Denver operations. Mr. Kirk majored in Business Administration and Marketing at Georgia State University and Auburn University Eric Meyer – Chief Operations Officer Mr. Meyer has twenty-three years leading companies in early stage and new market initiatives, business to business development, channels and executive leadership advisory. Since 2009, Mr. Meyer has served as an advisor to numerous organizations specializing in developing new or extended initiatives for high risk, climate/culture, K-16 mobile and e-learning, school turnaround/transformation verticals. In conjunction with the North American Family Institute, one of the largest youth social service organizations in the US, Mr. Meyer has led a major market development program to serve the K-12 climate/culture social/emotional and safe school learning imperative. As ongoing advisor to Avenet/MNSCU, Mr. Meyer contributes to market strategies for the award winning eFolio platform. In addition to public sector expertise, Mr. Meyer has served in executive advisory level for e-commerce media segments including digital offers, advertising and news. In 2009, Mr. Meyer contributed to a mobile and instructional learning initiative by Gaggle.net, the nation’s largest K-12 safe digital tools provider. From 2000-2005 Mr. Meyer was President and CEO for TurnLeaf Solutions, leading development of the Achievement Management System. TurnLeaf was acquired by McGraw-Hill Companies in 2005. Mr. Meyer began his work in K-12 education/technology as a senior executive for JDL Technologies, a major IT and market development firm, bringing integration services to schools Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 18 via partnerships with large IT manufacturers. From 1986-1990, Mr. Meyer worked in advertising and local merchants. Mr. Meyer received his B.S. from St. Cloud State University in Journalism with an emphasis on Public Relations & Advertising. Larry Kopacek - Vice President of Manufacturing Larry Kopacek joined Tech Logic as Manufacturing Manager in 2005, overseeing the manufacturing end of Tech Logic’s AMH systems and other products. He has over 27 years in manufacturing management, with a focus on promoting quality and productivity. Mr. Kopacek brings a wealth of experience to Tech Logic, with not only management experience, but high- level skills in machining, assembly, and inventor y control. Greig Eichhorst - Vice President of Facilities and Finance Mr. Eichhorst joined Tech logic in 2007 and has over 25 years of experience in manufacturing environments. Having degrees in Finance, IT, and Accounting with a specialty in Cost Accounting, he is using all the skills he has training in. Mr. Eichhorst received his degrees from the Minnesota State University- Mankato and is responsible for general accounting, cost accounting, IT and facilities. Stan Smith – Senior Solutions Specialist Stan Smith has worked in the library industry since 1996 and joined Tech Logic in August of 2014 as the Western Senior Sales Specialist. His experience includes sales and marketing for leading library automation and content companies. Through his career, Stan has built strong and long lasting relationships with librarians across the United States at all types of libraries. He is a familiar face in the industry as he has delivered numerous presentations at conferences and workshops. Stan earned a BA in Communications from Brigham Young University and a MS in Marketing from Northwestern University. Jon Callahan – Project Manager Jon Callahan joined Tech Logic in 2014. He had spent the previous 14 years in distribution management, project management and IT where he was responsible for project implementation and all aspects of IT integration. Throughout his career in both the military and civilian work force, Jon has been a strong leader who builds lasting relationships with both customers and staff. Jon brings a strong technical and managerial aspect to the project management position where he is involved in automated sorting system installations as well as all aspects of self- checkout and gate installations. Through this position he manages the overall project by planning, coordinating and implementing all aspects of library projects. His focus is on assuring that the project meets the needs and desires of each library. Jon has a BA from the University of Iowa. Customer Care Team The Customer Care Team at Tech Logic consists of project management, installation/service, and technical support members. Our team members have a minimum of three years’ experience with the Tech Logic organization and work closely with our customers from the time of order entry through ongoing support of products and services. After intent of award has been established, the library will be assigned a Project & Account Manager. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 19 Nancy Pelosi, Tech Logic to Honor Enoch Pratt Free Library June 26, 2015 (American Libraries) http://americanlibrariesmagazine.org/blogs/the-scoop/nancy-pelosi-tech- logic-to-honor-enoch-pratt-free-library/ Clinton-Macomb Public Library Clinton-Macomb has seen the power of CircIT™ for resolving customer problems. Screens clearly communicate with patrons during self-checkout, while empowering staff to easily implement branding initiatives. Location: Clinton, Michigan Juliane Morian, Associate Director Tech Logic Products Installed:  RFID Self-Checkout  CircIT™ Desktop  Personal Payment System “I love that [CircIT] software is completely customizable. Libraries today are getting savvy with their brand, and the fact that we can completely change the look and feel of the software is very empowering. Our marketing department was able to take graphics from our webpage and apply them to our Self-Check-out interface. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 20 I am also impressed by the ease of use of CircIT. Since implementing Self-Check-out at our three branches in 2003, we’ve learned to measure a product not by how well it helps a customer check-out an item, but how it helps a customer resolve a problem. CircIT’s screen messages clearly communicate any check-out problems and help our patrons resolve issues at the point of Self- Check-out, not forcing them to wait in another line to speak with a staff member.” Florida library selects TLC, Tech Logic Automation INWOOD, W.Va. (Oct. 14, 2014) — West Florida Public Library System is getting a major performance boost by implementing automation and material handling solutions from The Library Corporation and Tech Logic. The Pensacola-based library is upgrading to TLC’s Library•Solution® integrated library system and adding an UltraSort NXT automated material handling system from Tech Logic. Library•Solution’s features and functionality are designed for libraries of any size, from single-site installations to multi-location consortia. Its accompanying suite of LS2 enhancements – LS2 PAC, Kids, Staff, and Reports – is included at no extra charge to provide the highest level of service to borrowers with a powerful, efficient software package for staff. More than 4,500 libraries worldwide use TLC’s Library•Solution. “We had our previous ILS for 10 years and thought it was time for a change,” West Florida Public Library System Senior Librarian Melissa Thacker Davis said. “We were impressed with TLC’s PAC interface. We like the carousel feature for promoting materials and the search limiters. Our patrons like it, too!” Davis said she was equally impressed with Tech Logic’s UltraSort NXT automated material handling system. “We wanted an AMH that would be easy for patrons and staff to use that would work with our current book drop and work stations,” she said. “Tech Logic’s fit the bill.” The UltraSort NXT is designed so libraries of any size can benefit from a fully automated and reliable system that handles all aspects of item returns. Adaptable to almost any existing book drop, the UltraSort NXT automatically reads and separates items returned by borrowers, requiring no handling by staff. West Florida Public Library’s custom-built system is scheduled to be installed by Tech Logic in 2015. Tech Logic will also be providing its award-winning RFID-based, Self-Check solution “CircIT” across the West Florida Library System. CircIT employs an easy-to-use, easy-to-manage interface transforming the library into a modern self-service model while keeping the best of what librarians do for their patrons. Tech Logic, based in White Bear Lake, MN., is TLC’s sister company. Founded in 1997, it pioneered automated material handling systems for libraries that work with any ILS to promote efficiency and patron self-service. TLC is based in Inwood, W.Va., and has provided premier library automation and cataloging solutions since 1974. Additional information about the companies can be found at TLCdelivers.com and Tech-Logic.com. West Florida Public Library was established in 1938 and has adapted to meet the changing information needs of Escambia County. From only 3,300 books stored in Old Christ Church, WFPL has grown to fill seven locations with almost 300,000 books and audio-visual materials. To learn more, visit mywfpl.com. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 21 Tech Logic "Expect More Speaker Series" Tech Logic "Expect More Speaker Series" to launch at ALA Midwinter in Chicago this Saturday, January 30th @ 10am Tech Logic will launch an interactive Speaker Series titled, the “Expect More Speaker Series” including topics surrounding “How is Your Library Navigating New Waters” and the philosophy of putting “People First”, this Saturday, January 31st from 10am -‐ noon at the ALA Midwinter Conference in Chicago, Illinois. The series will feature keynote speaker David R. Lankes, renowned author and library scholar along with industry experts, Lori Ayre of The Galecia Group and Cheryl Gould of Fully Engaged Libraries. The guest practitioner at this event will be Juliane Morian of the Clinton-‐Macomb Public Library. For more information, please visit http://www.tech-logic.com/expect-more/. The cities that the “Expect More Speakers Series” will visit are as follows: 1.) Chicago, Illinois, January 31st, 2015 (10am-‐Noon) 2.) Ontario, California, March 3rd, 2015 (2-5pm) 3.) Austin, Texas, April 14th, 2015 (2-5pm) 4.) Worchester, Massachusetts, May 5th, 2015 (8:30am – noon) 5.) Orlando, Florida, May 12th, 2015 (1-5pm) To register attendance, please visit http://www.tech-logic.com/expect-more/ and click on the register now button: Additional Series Event Dates, Locations & Times To Be Announced… Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 22 Halifax Central Library – Grand Opening (December 13, 2014) – Halifax officially opened the doors today to their new central library, A 129,000-square-foot facility that offers a larger collection of books, DVD’s and e-books, additional meeting space and study rooms, a 300-seat auditorium, and technology including a Tech Logic 15- Bin automated material handling system with interior and exterior bookdrops, ceiling and vertical conveyance. Welcome to the Tech Logic family! See photos of the grand opening here: http://halifaxcentrallibrary.ca/galleries/photo-gallery/grand- opening.html Tech Logic Introduces CircIT Kiosk (November 14th, 2014) Tech Logic Corporation has released its latest innovation, the CircIT Kiosk. The cleverly designed Self-Checkout Kiosks are Tech Logic’s reliable problem solvers, helping patrons resolve potential issues through the self-checkout process. Kiosk comes with a number of option sets and is highly customizable; barcode, RFID, printer, credit card payment, etc. In addition, choose one of our stock vinyl-wrapped exterior designs, or custom-design your own to match your library’s decór. Founded in 1997, Tech Logic exclusively serves libraries with patented automated material handling systems that promote efficiency and patron self-service. For further information about Tech Logic’s products and services, visit www.tech-logic.com or call 800-494-9330. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 23 Gretchen Freeman Joins Tech Logic as Principal Librarian/Strategist ST. PAUL, Mn., June 23, 2015 - Tech Logic Corporation, a leader in library materials handling solutions, announces the addition of Gretchen Freeman, MLS, MA to their team. Freeman will serve in the newly-created role of Principal Librarian/Strategist, aiding the company with technology application strategy. Freeman has over thirty years of experience implementing technology solutions for libraries - resulting in improved workflow and freeing staff from repetitive, time-consuming tasks. She was most recently the Associate Director for Technology at the Salt Lake County urban library system in Utah for 11 years, directing technology strategy, implementation and operations for its 21 libraries. Tech Logic brought Freeman on at a critical growth point for the company, leveraging her first-hand experience in Salt Lake County and previously, as vice president for Dynix, Inc.(now SirsiDynix), where she was responsible for the support of more than 1,500 North American libraries. Her first-hand knowledge of the benefits derived from Tech-Logic's family of products such as RFID, self-checkout, automated sorting systems, handheld scanners and more, will help deliver the convenience staff and patrons crave most. "There's nothing I enjoy more than helping libraries solve problems with workflow, handling processes, or staffing levels to make sure that technologies deliver the best return on investment. Tech Logic has helped me and hundreds of libraries learn how to succeed with RFID, sorting and self-checkout so I'm excited to pay that knowledge forward," she said. Freeman holds an MLS and an MA (Music History/Theory) from the University of Missouri-Columbia, as well as a master's in Communication (MPC) from Westminster College in Salt Lake City, with an emphasis in online marketing. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 24 Since its founding and incorporation in the State if Wisconsin in 1997, Tech Logic has focused exclusively on serving libraries, transforming the tedium associated with material handling and patron self-service into streamlined, cost-effective processes. These processes, using patented, intelligent machinery and RFID capabilities, enable your staff to focus on library work, instead of library labor. Tech Logic products and systems also empower your patrons and your staff by allowing patrons to reserve, check in, and checkout items easily, without requiring assistance. Tech Logic has grown rapidly since its founding and has earned a reputation for the ingenuity of the products and services it designs and constructs. We think our customer base is our best Statement of Qualifications. In order to provide our clients with the ultimate experience, we dedicate ourselves to our core values: We recognize that our customers are our most important asset and are willing to take risks for the sake of innovation. We embrace change and focus on attention to detail. And with empowered employees, we continually redefine the expertise that is leading our industr y today. The single greatest attribute of Tech Logic is “we only work with libraries”. All of our products and services are designed to meet the needs of libraries and their patrons. Tech Logic has been able to translate library questions and problems in material management into automated technology that makes sense. Tech Logic provides barcode and RFID check in and checkout systems, book drops, Automated Sorting Technology (AMH) systems, inter-library distribution systems, and patron reserve systems. We design, manufacture, deliver, install, maintain, and service all of our systems. Tech Logic is headquartered in a 67,500 square foot manufacturing facility near St. Paul, Minnesota. All of our systems and services have been designed exclusively for the library market. This allows Tech Logic to focus on the needs of libraries and how to make the handling of materials more efficient for both library staff and patrons. The Library Corporation (TLC) acquired majority stock shares of Tech Logic in the spring of 2005. TLC is owned and operated by the same family that founded the company over 30 years ago. F. Tech Logic Complies. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 25 G. 1. Agency: Seattle Public Library Date of Original Contract: 2005 Reason for Termination: The library decided after 10 years to offer a new product to their patrons and decided on a different vendor to move forward with. Contact Person: Jim Loter – 206-386-4662 2. Agency: Denver Public Library Date of Original Contract: 2008 Reason for Termination: The library decided to utilize their native ILS checkout and checkin capabilities thus saving the cost of additional license renewal fees. Contact Person: Michelle Jeske – 720-865-2005 H. Not Applicable I. Not Applicable Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 26 1. Circulation Stations (For both patron self-check and staff circulation functions) FCPL currently implements Tech Logic’s unique, patented Combo Station that is designed for patron self-checkout convenience and simplicity. Combo Stations are currently on existing circulation desks—the familiar place patrons already use to check out materials. Behind the circulation desk, library staff easily monitor 3-5 self-checkout sessions at once and quickly step up to assist patrons as needed. This self-checkout model has specifically been requested in this RFP and consists of:  CircIT self-checkout software running on a Windows PC  Patron-facing touchscreen monitor, RFID antenna (or barcode scanner), and device options to scan library cards, accept payment and print receipts  Staff-facing second monitor and keyboard  Software switch allowing staff to guide the checkout session for the patron. In some circulation locations FCPL uses Tech Logic’s compact CircIT Desktop that is placed on furnishings of the library’s choosing. Some of these self-checkout models are located in the lobby areas, holds pick-up areas, children’s areas etc. Tech Logic recently introduced cleverly designed self-checkout kiosks that are attractive, customizable, self-contained and cost effective. These kiosks feature all of the features of our Combo Station and Desktop CircIT models bundled in a complete package with:  Attractive graphics (stock or customized)  Omni-directional barcode scanning  RFID tag reader to scan multiple items at once  Printed or e-mailed receipts  Built-in credit/debit card reader (with future chip-and-PIN card option)  Large 21.5” touch screen with patron-friendly instructions  Proven CircIT™ self-checkout software  Integration with any SIP2-compliant ILS  Painless installation requiring only power and network connections As FCPL builds new branches, remodels existing buildings or expands self-checkout in current libraries, Tech Logic will provide the self-checkout model of FCPL’s choosing. And, as new products are developed, Tech Logic will inform FCPL of the new options available that will enhance the patron experience. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 27 2. Staff Workstations (For circulation and tagging functions) FCPL currently uses Tech Logic’s staff workstations to circulate materials, tag new materials and check-in materials. The CircIT software accommodates all of this functionality with easy function key toggles. Staff located at the circulation desk can quickly perform circulation transactions. Staff can also complete “back-office” functions where ever the CircIT software is installed. 3. Security/Detection System FCPL currently utilizes Tech Logic’s Theft Detection Security Gates. As these gates become fully depreciated, Tech Logic will work with FCPL to replace gates. Tech Logic provides many models that have attractive designs, are eco-friendly and easy to install. The clear pedestals provide unobstructed views and both audio and visual alerts. The gates feature high-level read performance with 3D detection of up to 50 items per second. Gates also provide reports and people counting statistics. 4. Portable Handheld Readers Inventory management will help FCPL to keep the public access catalog up to date and save patron frustration and wasted staff effort. Tech Logic’s unique Shelf Management Wand saves countless hours of staff time checking printed reports to try and locate materials that show up in the catalog as lost, missing, trace, claim returned, missing in transit, or other exception statuses used in your ILS. Harness the built-in power of RFID to help with shelf management of your collection. Every scan of the shelves will turn up materials in exception statuses or materials that should have been checked in, placed in transit, or set aside to fill a patron hold request. Our portable, ergonomically-engineered RFID wand interfaces wirelessly with your ILS to check real- time item status information of what is on the shelf. No more fruitless searches for materials that should be on the shelf—and no more shelving mistakes that cause unhappy patrons and wasted staff effort. Of course, the Shelf Management Wand can also serve as an RFID inventory device to streamline your periodic inventory process. You have full control over search parameters and with new search parameters as they are updated by your ILS. 5. Installation and Training Tech Logic prepares for the installation with a detailed site survey. Site information is collected on a survey form. Tech Logic takes a thoughtful and systematic approach to assigning the most qualified and knowledgeable Project Manager to your account. He/She will be assigned to your account as your Project Manager and main point of contact for all project related items. He/She will continue to work with you throughout the course of this project each step of the way thru implementation and training of the system(s) within your library. He/She has the overall responsibility for managing your project from start to fi nish, working closely with you to refine solutions and implementation plans to meet the libraries ever changing needs and unexpected challenges. In addition, will coordinate the activities of the sub-teams within the Tech Logic organization to ensure your goals are not only achieved, but achieved correctly and most importantly on time. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 28 SPECIFICATIONS FOR HARDWARE/SOFTWARE Comply Not Comply A. O verall Requirements 1. All hardware and software under this RFQ must be compatible with existing RFID system which uses Feig MR-101 model library readers/antennas and Feig ID ASC.ANT 1400/700 (T ype A & B) security gates. Comply 2. T he system shall be compatible with Library’s standard computers used f or circulation, barcode scanners, and receipt printers. Comply 3. T he system must use 13.56 MHz ISO 15693-3 and ISO 18000-3 mode 1 RFID technology and f ollow NISO 2008 recommendations f or library RFID. Comply 4. All system components must be UL and FCC Part 15-Certified, SIP2, RS-232, T CP/IP Ethernet 10/100 and 802.11b (wireless) compliant. Comply 5. T he system must provide application-specif ic software to incorporate all hardware (security/detection systems, staff station readers, tagging stations, patron self-check stations, portable hand-held readers, etc.), the RFID tags and any other RFID related hardware into the system. Comply 6. T he system must interf ace with the Library’s existing automated library system (ILS) using the SIP 2 or Enhanced SIP Protocol (ESP) protocol Comply 7. T he system must not interf ere with other equipment, automated library system clients or PCs that may be nearby. Comply 8. Sof tware f unctionality is not aff ected by computer security, specifically use of W indows group policies. Comply Self-Checkout software requires trust of MSMQ ActiveX control. Staff station software requires elevation to Admin token. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 29 9. T he system and all of its components must be entirely compatible with, and in no manner interf ere with, the ILS, its computer clients, or other components. Comply 10. T he system must be able to connect through the Library’s Ethernet network via an RJ-45 connector and/or secured wireless network. Comply 11. T o ensure ready availability of components, parts, and supplies, all major elements of the system should be warehoused in U.S.A. Comply Comply Not Comply 12. Health & Saf ety a. T he system, or any of its components, must not be harmful to, or interfere with, the health and well being of patrons and staff, i.e. heart pacemakers, hearing aids, etc. Comply b. T he system, or any of its components, must not be harmful to, or interf ere with, any materials in the Library collection, such as audio and videotapes, CDs and DVDs. Comply c. Detection and security corridors must be in compliance with relevant ADA requirements. Comply 13. T he system must be able to read the f ollowing types of item barcodes: 10-digit Codabar symbology (check digit Model 10-T ype 0) and 14-digit Codabar symbology. Comply 14. T he system must be able to read patron library cards with 10-digit Codabar symbology (check digit Modulus 10). Indicate if any other card types are capable of being read. Comply B. Circulation Stations – These specifications apply to stations used by patrons as w ell as staff for circulation. 1. T he proposed system must be able to mount in, on, or under the work surf ace of a circulation station. Comply a. State the dimensions (l x w x h) of the reader pad. 13 x 9 x 8mm Comply 2. T he proposed system must have a minimum RFID read range of 7 – 12 inches. Comply 3. T he system’s RFID self -check units must be able to read item- specif ic identif ication numbers, communicate with the ILS to reduce the Library’s inventory, and turn the security bit off. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 30 4. T he system must process multiple RFID-tagged items for both check in and check out functions. Comply 5. T he system must be dual f unction – capable of processing RFID tags or item bar codes in the same transaction. Comply 6. T he proposed system must provide a displayed count of the number of items processed simultaneously to ensure complete check in and check out transaction processing. Comply 7. T he proposed system readers must be able to read tags and display the inf ormation thereon. Comply Comply Not Comply 8. T he s ystem must use an anti-collision algorithm that does not lim it the number of tags which can be s imultaneousl y identif ied and read. Comply 9. T he s ystem must be operable b y touch screen for patron Self-Check. Comply 10. T he s ystem must have the abilit y to print out cumulative receipts with custom library inf ormation as determ ined b y the Library. Comply 11. T he s ystem stations must check out all print and non-print material t ypes without damage. Comply 12. T he s ystem must be capable of reading item barcodes located in various locations, including inside or outside, top or bottom of the f ront or back cover, or inside on the top or bottom of the f ront or back fly page. Comply 13. T he s ystem must have customizable messages based on patron and item status. Comply 14. T he s ystem must display ILS s ystem information relating to the patron or item status. Comply 15. T he s ystem must provide visual and audible f eedback during the transaction. Comply 16. T he s ystem must have the abilit y to display select inf ormation from patron record, such as number of items checked out, number of items on hold and outstanding fine information. Comply 17. T he s ystem must have customizable animations and instructions. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 31 18. T he s ystem must have the capability to display self -check unit banners, and instructions in multiple languages, including but not lim ited to English and Spanish. Indicate what other languages are supported. Comply Tech Logic’s software can accommodate up to eight languages of the libraries' choosing to be implemented. 19. T he s ystem must deactivate the thef t or securit y bits on the materials when checked out. Comply 20. T he s ystem must deactivate the thef t or securit y bits within one second of discharging the item. Comply C. Reporting 1. T he s ystem must provide performance statistics that can be exported in a format that can be anal yzed using standard office productivity sof tware. Comply Comply Not Comply 2. Data must be broken down by location, day of the week and hour of the day. Data to include: Number of transactions, type of transaction, and number of successf ul and unsuccessf ul transactions. Comply 3. Reports can be run locally or from a central location. Comply D. Staff Workstations – These stations are used primarily for tagging and check in aw ay from the circulation desk. 1. T he system must have the ability to read, program, and reprogram RFID tags. Comply 2. T he system must be able to be used f or check in and check out of library materials and activate/deactivate the security bit accordingly. Comply 3. System hardware must be able to be integrated into Library’s own furniture. Comply 4. T he system must have on or in counter installation options. Comply 5. T he system must be dual f unction: capable of processing RFID tags or barcodes. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 32 6. T he system readers must be able to read tags and display the inf ormation thereon. Comply 7. T he system must not require mouse activations to process most items. (Exceptions made f or conf iguration changes, error handling, or tag reprogramming situations.) Comply 8. T he system must be capable of reading item barcodes located in various locations, including inside or outside, top or bottom of the front or back cover, or inside on the top or bottom of the front or back fly page. Comply 9. T he system must have a minimum RFID read range of 7 – 12 inches. Comply 10. T he system must allow conf iguration of item identifier parameters to automatically prevent programming of partially scanned or incorrectly scanned barcodes. Comply 11. T he system must simultaneously process multiple RFID-tagged items for check in and check out. Comply 12. T he system must use an anti-collision algorithm that does not limit the number of tags, which can be simultaneously identified and read. Comply Comply Not Comply 13. T he system must provide a displayed count of the number of items processed simultaneously to ensure complete check -in/out transaction processing. Comply 14. Check in can be performed within the Library’s ILS using the reader/antenna to read the tags and deactivate the security bit. Comply 15. T he system must provide the option to program tags as either locked or unlocked. Comply 16. T he system must allow the user to program tags in standalone mode, not requiring a connection with the Library’s ILS. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 33 17. T he system must provide the ability to print/dispense tags as they are programmed. Include specif ications for any special equipment needed to print the tags. Not Comply To provide a better value to our customers Tech Logic offers tag printing prior to shipment for programming. Fresno County has utilized this service on several occasions. 18. State the typical conversion rate (# items per hour) for programming and adhering tags. Include rate for pre-printed tags and if different, the rate f or printing tags in house. Typical Conversion rate is approximately 2.5 items per minute/per person for pre- printed tags. E. Detection System 1. T he system must have a read range of at least eighteen inches (18”) in either direction of each gate. Comply 2. T he system must provide a f alse alarm rate of less than 0.1%. Comply 3. T he system must offer multiple install options, including: Comply a. Direct mount w/ ADA compatible threshold plate Comply b. Base plate, only minor floor modif ication (e.g. drilling -required for installation) Comply c. Buried cables (recessed conduit under f inished f loor or saw cut in finished f loor) Comply 4. T he dual aisle exit system/detection systems must create an opening of at least 36 inches. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 34 5. T he security/detection systems must be come in different colors or styles to fit in with the Library’s décor. Comply Tech Logic offers a couple different styles of security gates to our customers. 6. T he system must be able to issue visible and audible warnings. Comply 7. T ags with thef t or security bits that are “on” must immediately trigger an alarm. Comply 8. Staff working at the circulation desk must be able to determine what item has triggered an alarm. Comply 9. T he system must provide item security even when the Library’s integrated library system (ILS) host system or network is off-line or not functioning. Comply 10. T he security/detection systems must be shielded from external interf erence f rom light f ixtures, elevator motors, etc. Comply 11. T he system must alarm on “active” tags in library materials only when activated by exiting patrons. Describe any limits on the proximity of tagged materials to the security/detection system. Comply Please find recommended gate distances on page 76. 12. T he system must contain a built-in, patron counter which may be easy read and reset by Library staff. Comply F. Portable Handheld Reader 1. T he portable handheld reader must be a cordless, one-piece design, to be held in one hand. Comply 2. T he portable handheld reader must f eature a touch screen display and use a removable memory card. Comply 3. T he total weight of the portable handheld reader must weigh less than 30 ounces, including battery, RFID reader, antenna, display and computing unit, and any other components that must be carried by the user Comply 4. T he portable handheld reader must be easily set down on a library shelf or cart when necessary to f ree the user’s hands. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 35 5. T he portable handheld reader must incorporate an ergonomic design, to aid user in reading shelves at all levels easy to use and be relatively non-stressf ul to wrist, arm, shoulder and elbow. Comply 6. T he portable handheld reader battery lif e must allow the user to work for at least 4 hours bef ore charging or changing batteries is required Comply 7. T he portable handheld reader must have built-in diagnostics for troubleshooting. Comply Application logging is available. 8. T he portable handheld reader must use an anti-collision algorithm that does not limit the number of tags which can be simultaneously identif ied and read. Comply 9. T he portable handheld reader must have the capacity to download at least 500,000 items from Library’s automation system onto the portable handheld reader memory medium. Comply 10. T he portable handheld reader must have the capacity to read multi-line, fixed-length-f ield, or delimited-field records from an electronic file containing shelf or search lists and create a portable database for use in a portable handheld RFID reader. Comply 11. T he proposed portable handheld reader must accommodate data collection simultaneously with other f unctions Comply 12. T he handheld reader must direct the user to items on such lists and provide a way to keep track of which items have been found and which have not been f ound. Comply 13. T he portable handheld reader must be multi-functional to provide efficient collection management including: Comply a. T he proposed portable handheld reader must accommodate Shelf order checking: to locate items that are out of place on the shelves. T his capability must be sensitive enough to locate items that are out of place by as little as 5 inches. Comply b. T he proposed portable handheld reader must accommodate Data collection: to collect and store identif iers of items scanned, and store those items in user-def ined categories for upload. T his capability must allow storage of up to 1 million items prior to upload. Comply c. T he proposed system must accommodate Sorting: to assist a user with sorting items on a shelf or cart. Comply d. T he proposed system must accommodate Shelving: to assist a user with shelving an item. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 36 e. T he proposed system must accommodate Searching: to identify items on multiple, user def ined search lists, (e.g. Missing, Claims Returned, Billed and Paid, inventory, shelf order, item searches, etc. Comply f. T he search capability must be active during order checking, data collection, sorting, pulling, and finding functions, with option to turn it of f if desired. Comply g. T he proposed system must accommodate Pulling: to assist the user with f inding items on hold (reserve) or weed lists, or other user- def ined lists available f rom the circulation system. Comply h. The proposed system must accommodate Finding: to allow a user to quickly enter search criteria directly into the device, then search for items which meet that criteria. Comply i. T he proposed system must accommodate secure status checking: to allow a user to identify individual items which have not been properly checked out and have caused an alarm of the security/detection system. T his capability must allow display of the title of item on the device. Comply j. Secure status checking capability must also allow the user to scan items on library carts or counters to identif y individual items which have not been properly checked in, bef ore re-shelving. Comply 14. T he portable inventory reader must be programmable to search f or items individually, as well as in batches of multiple items. Comply 15. T he proposed system must validate item identif ier (barcode) data from input lists and provide a log of errors f ound. Comply 16. T he proposed system must allow specif ication of categories for collection of data from RFID tags. Examples of categories include In House Use, New Item Processing, etc. Comply The data elements utilized are the item ID and the AFI value. 17. T he proposed system must process results of data collection sessions or pull sessions, reading these results f rom the memory card and creating PC f iles containing lists of collected data, lists of items pulled, and lists of items not pulled. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 37 18. T he proposed portable handheld reader must have the ability to download barcodes to the Library’s circulation system. Comply Item ID lists are output as flat files. The library will need to import the data files into the library’s circulation system. 19. T he proposed portable handheld reader must have an audible tone and visible indicators to verif y item has been identified. T he audible tones shall be adjustable by the user. Comply 20. T he proposed portable handheld reader must be able to read RFID tags from a f our-inch (4”) range. Comply G. Installation and Training 1. T he initial installation training will be perf ormed by vendor staff and take place at the Fresno County Public Library. Comply 2. Af ter installation and management training at one location, local library technicians should be able to install the solution at the remaining sites using vendor-supplied documentation and with telephone/W ebEx assistance. Comply All gate installation will require a certified Tech Logic technician to perform the installation. All Self-Checkout software and hardware can be installed as described. 3. T he Librar y requires technical manuals and user manuals, plus any other materials that are typically distributed during training. Operation manua ls must be provided with the equipment. Comply 4. T he Librar y requires that manuals also be available on electronic format with unlim ited distribution within the Library, and shall be supplied free of charge. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 38 5. T he Librar y requires interaction with the vendor sales staf f and technical support staff during installation planning, the installation phase and follow-up immediately af ter such installation. Comply 6. Vendor must also be available f or consultation on placement of hardware to accommodate network infrastructure, power and ventilation requirements, building restrictions, etc., and to maximize the workflow, staffing and patron convenience issues Comply 7. An y introductor y operator / user / staf f training shall be provided at no charge. Comply H. Hardw are and Softw are Technical Support 1. Provide access to live technical support between 8am and 5pm ST /PDT Monday-Friday. Comply 2. Provide an online s ystem to report and track support requests. Comply I. Warrant y And Service Requirements 1. T he vendor must provide an all-inclusive 12-month warrant y on equipment, software, and components and offer additional options f or extending the warranty period. Comply Please p rovide a narrative response to the follow ing questions: 1. Describe the minimum and recommended hardware required for your solutions and compatible operating systems. Please see Minimum Requirement Document of page 60. 2. Describe the network topology of your solution in both the branch and the broader system context. Include the W AN bandwidth required and the sensitivity to latency in network Please see CircIT Software data sheet on pages 51 & 52 for network topology information. . 3. Describe how your system will authenticate users against the Horizon borrower database. W hat access controls are available to limit access by some users? Tech Logic authenticates users via SIP2 protocol. Checkout is not allowed if incorrect PIN is entered (if applicable) or the patron is flagged by Horizon’s block from checkout. This can include the following conditions, overdue books, fines, limit constraints etc… 4. Describe the system’s ability to allow patrons to pay fines at a Self-Check station without staff intervention including additional equipment required beyond the Self- Check station itself . Tech Logic has a couple of options available for payment at the self-check station(s). Our first option is our Personal Payment System with imager (PPSI) that integrates directly into the libraries’ circulation desk, this unit accepts bills, coin and credit card, and it also comes with a no credit card option. Our second option is a credit card swipe that is integrated into the side of the patron touch screen monitor for credit card only fine payment. Please see PPSI Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 39 data sheet on page 68 for additional information. 5. Describe the s ystem’s ability to perf orm off-line transactions and maintain records of all barcodes chec ked out when the ILS is offline. Include inf ormation about turning on/off the securit y feature on RFID tags to allow secure Library operation during offline situations and uploading transactions when the ILS is back online. Tech Logic has carefully scrutinized all possible workflow scenarios associated with “off-line” or “ILS server-down” and has also obtained input from many of our larger library systems. Although we have an “offline self-checkout” capability included with our Self-Check software (CircIT), we only recommend utilizing the ILS’s offline interface in conjunction with our CircIT staff connection. Our CircIT-Staff interface used in conjunction with the ILS native “server-down” mode allows this functionality and has the added benefit of staff monitoring each transaction. Workflow: When the ILS is down or the server is otherwise unavailable from the self- checkout station, library staff will use our CircIT-Staff interface with the ILS’s “native server-down” interface so that any items checked out are appropriately discharged. Staff validates the transaction to assure all items being checked out are appropriate for that patron (example: reference items). Staff also is assured that the security is turned off (or on) correctly so that security gates do not alarm. When the ILS is back online, staff simply follows the ILS’s restart directions. This avoids the situation where library staff has to upload these off-line transactions from both the self-check stations and the ILS staff stations. Because of these and other reasons, our libraries have indicated that it is always very problematic to allow patrons to perform “self-checkout” during those very infrequent times when the ILS is down. So called “Off-line Patron Self-Checkout” without this validation is equivalent to turning off the security system. It also expects too much patron initiative and self direction during a time that needs staff intervention. Also, as many of our libraries utilize the same furniture and PC for self-check and staff-checkout/in, the transition to this workflow option is easy. It also easily maintains data and security. 6. T he Fresno Central Library is the only location which uses 3M™ T attletale™ securit y strips and corresponding securit y gates. Describe the system’s ability to use Self-Check in this situation until the branch can be converted to RFID for circulation and security. Not Applicable per the Pre-Bid Question and Answer Addendum. 7. Describe the s ystem’s ability to open locked audiovisual security cases after successf ul check outs including specif ic security cas e models required. Tech Logic has designed and implemented into our product line our MediaPassport this unlocks media from any OneTime or KwikCa se locking device in conjunction with the patron checkout. Please see MediaPassport data sheet on page 64 for additional information. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 40 8. Describe options available for a portable tagging station that can be used in the book stacks at the branch. Tech Logic offers a portable tagging solution for tagging in the stacks. Please see the UTagIT data sheet on page 77 for additional information. 9. Describe the reporting options available f or your system. Tech Logic’s CircIT software standard reports are available from the system, which include the following statistics: Number of users within a specific time period or range of dates, number and reason of unsuccessful sessions, number of items checked out per session, number of RFID tags with security bit set incorrectly, number of Patrons counted, number of Gate alarms, number of returned items On Hold, number of fines detected, Cash/Credit received, Cash dispensed, number of fines paid, number of cash transactions, number of credit card transactions, number of debit card transactions, items in transit between branches, number of patrons choosing other languages. CircIT's ad-hoc reporting can capture any internal CircIT variable and create reports. 10. Describe your support operations, including hours of availability, methods of contact, and number of dedicated support desk personnel. Tech Logic offers comprehensive service and technical support to maximize product reliability and performance. When you call our toll free number (1-866-880-9981) you are immediately connected with the Customer Care Team. The Customer Care Specialist will analyze the issue and propose the course of resolution. The Customer Care Specialist will work with the library to secure a timeline for completion based on the degree of the issue. In addition, as part of our standard service and support agreements, we provide remote troubleshooting to save your library time. Should the issue require escalation; the Customer Care Specialist will contact the Customer Care Manager immediately for the next course of action. The Management Team will contact the library to set the expectation for resolution within two hours. Should the issue not be resolved to the library’s satisfaction, the Director of Operations will be notified to assist in resolution. Tech Logic also offers its customers 24 hour access to our online customer care portal for submitting issues and to follow the progress of the resolution. First tier support is offered through our main headquarters in Minnesota. Our expectation is the majority of customer issues are relatively minor and are best resolved through first tier support. When a problem is escalated to our second tier support, a highly trained service technician is dispatched to be on site within 24 hours. Depending on the time a service call is requested, and because of the locality of most of our support people, on-site service can generally be provided same day. Training for technicians includes computer based training (CBT) and hands on training with Tech Logic’s actual equipment. Each technician goes through a certification process on all of the equipment they are responsible for supporting. When equipment is delivered into an area, which previously the technician hasn’t worked on, training is done prior to the delivery of this equipment and the technician is involved in the installation of the actual equipment they will be supporting. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 41 Tech Logic also offers:  Web-based ticket entry system that provides 24/7 online access, saving you time on the phone  Toll free phone support, available as a standard service  Access to our online Knowledge Base (KB). The KB is a handy compilation of documents by our software developers, account managers, and engineers.  Scheduled updates of self-check software, automatically included with your software license. 11. Describe options for leasing equipment. Tech Logic offers rental rates on our UTagIT tag conversion station as well as has partnered with Keystone Financial to offer leasing options to all customer’s wishing to engage in a payment plan for purchase and implementation of all Tech Logic products totaling over $5,000.00 cumulatively. Please find leasing information on page 49 of the detailed cost proposal. 12. Describe options and pricing f or additional staff training periods and topics beyond the required introductory training. Tech Logic offers your staff that want to learn more about the administration and customization capabilities of our software personalized training. This training can be done remotely or on-site. Our installers/trainers have the necessary skills to teach and demonstrate first-hand knowledge of our RFID library solutions products to library staff. Each of our trainers has a minimum of 1 year of customer service, installation, and product training experience with all RFID product solutions. Each trainer is skilled at designing and delivering programs. A number of flexible options can be arranged to meet our customer’s needs from onsite training to electronic/web based training. 13. Describe options for extending the warranty period on parts and labor beyond the required 12-month period. Tech Logic offers Self-Checkout Extended Limited Warranty Programs to all customers. Hardware warranty is an optional program that can be purchased at the ti me of the original order at a discounted price or toward the end of year one at regular price. You will find both options listed on page 48 of the detailed cost proposal. Please see the Terms and Conditions information sheet on page 49 for additional information. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 42 SPECIFICATIONS FOR TAGS T he librar y has alwa ys used RFID tags that are compliant with the ISO 15693 standard for libraries, programmable by Feig MR-100 model library readers to the data model established b y the librar y’s current RFID equipment vendor, T ech Logic, Inc. All RFID Tags under this RFQ must be compatible w ith existing RFID tags and equipment. Comply or Not Comply SPECIFICATIONS: A. T ags are compatible with the current RFID system in place at the library as described above. Comply B. Vendor can offer tags from multiple manuf acturers. Comply 1. List the available manuf acturers below: SmartTrac Technology Group IDentive RFID Tags C. Availability 1. T o ensure ready availability, tags/supplies are warehoused in the U.S. Comply 2. List the standard turn around time (in weeks) once tags are ordered: a. Blank Less than 1 week b. Pre-Printed 4-6 weeks c. Pre-Programmed / Pre-Printed 4-6 weeks d. Other:____________________________ D. T ags are compliant with 13.56 MHz ISO 15693-3 and ISO 18000-3 mode 1 RFID technology and f ollow NISO 2008 recommendations for library RFID. Comply E. T ags use the NXP ICODE SLI chip. Comply F. Memory 1024 Bits Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 43 Comply or Not Comply 1. T ags have memory capable of holding additional inf ormation including item type, multi-part set identif ier, branch ownership, and sorting location. Comply 2. T he proposed system must provide tags with a range of memory options that can be used simultaneously in the library. Comply a. List the minimum and maximum memory capacity of tags. • Minimum ______896 Bits_________________ • Maximum _____1024 Bits__________________ G. T ag must possess anti-collision capabilities. Comply 1. State the collision rate / # of tags that can be read simultaneously. 16 transponders can be inventoried in approximately 600 milliseconds. Each item thus takes ≈ 40ms. H. Tag’s data model provides f or multiple f unctions, e.g., security, inventory control, self-service, based on the library’s parameters specif ying data to save on the tag. Comply I. Read Range 1. W hat is the effective read range of the tags? Approximately 18” J. T ags have a read/write design. 1. RFID tag is f ully re-writeable f or all data including the item identifier field. Comply 2. T ag has portions of memory that can be locked (for item number) and portions that can be re-programmed (branch and/or shelving location code). Comply 3. Each memory portion must be able to be locked independently of other portions. Not Comply K. T ags can be ordered preprogrammed based on a range of sequential barcodes supplied by the library with an imprint of the physical barcode on the tag which can be read by the library’s scanners. Comply Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 44 L. T ag uses a low acid or neutral pH adhesive. Comply M. T ags are available that fit all standard types of library materials: books, magazines, CD/DVDs, audio books, etc. Comply N. CD/DVD T ags Comply Comply or Not Comply 1. T ag may be placed directly on a disc of SINGLE sided DVD so as not to cover any area on which data is stored. Comply 2. T ag may be placed directly on a disc of a DOUBLE sided DVD so as not to cover any area on which data is stored. Comply Does not include Stingray this would require a hub tag. 3. Does the CD/DVD tag require additional materials be applied in conjunction with the tag, (i.e. boosters, overlays, etc.) Yes / No 4. Is there an “all-in-one” CD/DVD tag available that eliminates the need for additional boosters, overlays, etc. while maintaining the same or higher read range? Yes / No O. T ag Imprint 1. RFID tags can be customized by overprinting of the Library's name, logo and other identif ication. Comply 2. Offered with the f ollowing options a. Blank Comply b. 1-color Comply c. 4-color Comply 3. Is this imprinted directly on the tag or on a separate label that is applied over the tag? imprinted directly on the tag; or separate label Logo is imprinted directly onto the tag. P. T ag Failure Rate Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 45 1. W hat is the f ailure rate of the tags? Performance tests on shipped tags result in less than 1 defective tag of 10,000 shipped. 2. Inoperative tags must be clearly marked by the manuf acturer. Comply Q. T ag Lif e / W arranty 1. RFID tag is guaranteed f or the lif e of the item on which it is originally affixed. Comply 2. T ag is warranted for def ects and if def ective will be replaced at no cost to the Library. Comply Tag Samples, Dimensions and Pricing T he Libr ary r equests that samples of available tags be included with an attachment detailing specifications of physical dimensions of all tags including inner and outer diameters and thickness as appropriate and pricing for each tag type. Please p rovide a narrative response to the follow ing questions: 1. Describe how the manu f acturer marks tags that are inoperative. The manufacturer marks all bad tags with a black mark. The marks are kept track of as the roll is being produced and the number of “defective” tags that are detected are then added onto the end of the roll always ensuring the proper amount of “functional” tags are on each roll. Example: There are 2,000 tags on a roll, during production 37 “defective” tags are found. The roll will arrive with 2, 037 “functional” tags on it. The customer is never charged for “defective” tags. 2. If the CD/DVD tag requires additional m aterials be applied in conjunction with the tag, (i.e. boosters, overla ys, etc.), describe the supplies and workflow required. While our system does not require booster tags, it is recommended that libraries use booster tags on CD/DVDs to provide a higher read rate for the RFID tags. CD/DVDs can be read when stacked. The error rate is less than 1%. For jewel boxes containing multiple disks, a book tag placed on the case or a hub tag placed on one of the CDs/DVDs is the simplest solution. Tech Logic also offers X-Range tags, which offer a greatly increased read range over conventional hub tags. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 46 CO ST PROPOSAL – HARDWARE (when needed for replacement or additional site implementation) A. Unit cost shall be provided f or all system components separately including hardware, sof tware, RFID tags and other supplies. If a price break is available f or a larger number of units, quote the next price tier. B. Cost of hardware maintenance f or f irst year as follows: Tech Logic includes hardware maintenance for 1 full year from the date of installation. a. Normal business hours: Monday – Friday 8:00 am – 5:00 pm CST b. 24 hours/day – seven days a week: Tech Logic offers a Web -based ticket entry system that provides 24/7 online access to our world class customer care team to assist after hours at night as well as on weekends. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 47 C. Cost of optional har dware maintenance f or additional years. D. Cost of sof tware maintenance for f irst year as f ollows: Tech Logic includes software maintenance for 1 full year from the date of installation. a. Normal business hours: Monday – Friday 8:00 am – 5:00 pm CST b. 24 hours/day – seven days a week: Tech Logic offers a Web -based ticket entry system that provides 24/7 online access to our world class customer care team to assist after hours at night as well as on weekends. E. Cost of optional software maintenance for additional years. Tech Logic requires Annual Software License Renewal fee(s). F. Cost of optional custom programming as an hourly rate with minimum time. Tech Logic offers custom programming to our customers on at a rate of $150.00 per hour with a minimum 2 hour time frame. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 48 CO ST PROPOSAL – TAGS † Software support is required starting in year two. †† Shipping charges estimated on all quoted products shipping at the same time F.O.B. originating facility. Shipping is estimated and calculated using today’s rates to one receiving location, unless otherwise noted. Additional shipping charges may apply. Multiple shipments may result in increased charges.  Payment of all applicable duties and taxes are the responsibility of the purchasing entity. All prices including Service and Maintenance do not include any applicable sales tax. If tax exempt, please provide Tax Exempt Certificate.  Standard Tech Logic Terms and Conditions apply to all sales  Prices quoted above include a standard Tech Logic one year warranty. Refer to Tech Logic warranty info rmation for additional terms and conditions.  Any required SIP configuration or ILS renewal fees are not covered by the Tech Logic first year warranty. Payment Terms, SCO Equipment: The net amount of each invoice is due in full, within thirty (30) days of date of invoice. A payment of 50% of order due upon execution of order confirmation 50% payment due net 30 at shipping, Payment Terms, RFID Tags: The net amount of each invoice is due in full, within thirty (30) days of date of invoice. Interest Charges: If any payments due from Library to Tech Logic are deemed to be, in the sole discretion of Tech Logic, overdue, then interest charges thereon shall be paid by Library to Tech Logic at a rate of one and one -half percent (1.5%) per month Credit, Debit, or P-Card Payments are not acceptable forms of payment. Software and Hardware Support:  Annual Support/Software License and Maintenance program costs are in addition to the item(s) quoted above. The Support/Software License(s) are required for the duration th at the equipment is in use and is billed annually. Hardware Support is Optional.  Annual Support/Software and Maintenance Programs automatically increase 4% per year after the initial first year of paid annual support. Customer may qualify for savings with a multi-year pre-payment plan. Order submission confirms your understand of above stated policy. Phone Support-Service Calls  The minimum charge for service calls is a 2 hour minimum. Notes: 1) SIP2 is required. Please ensure that the SIP & ILS implementations are of the latest versions. 2) The SIP interface which integrates Self-Check systems with ILS software is provided by the ILS vendor. 3) If the library is providing computers for CircIT self-check software, verify computers meet minimum specifications. 4) CircIT Credit Card Payment works only in conjunction with VeriFone 5) Payment Processing is the responsibility of the Library. Please contact VeriFone to secure the purchase of PayWare Connect service that is integrated in CircIT. Your contact is Victoria Hartless. Identify yourselves as a Tech Logic customer Phone 727-288-9553 or email Victoria_H1@VeriFone.com Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 49 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 50 CHECK LIST T his Checklist is provided to assist vendors in the preparation of their RFP response. Included in this list, are im portant 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. ___X___ The Request for Proposal (RFP) has been signed and completed. 2. ___X___ Addenda, if any, have been completed, signed and included in the bid package. 3. ___X___ One (1) original plus Eight (8) copies of the RFP have been provided. 4. ___X__ Tw o (2) USBs of the RFP have been provided. 5. ___X___ The completed Trade Secret Form as provided with this RFP (Confidential/Trade Secret Information, if provided must be in a separate binder). 6. ___X___ The completed Criminal History Disclosure Form as provided with this RFP. 7. ___X___ The completed Participation Form as provided with this RFP. 8. ___X___ The completed Reference List as provided with this RFP. 9. ___X___ Indicate all of bidder exceptions to the County’s requirements, conditions and Specifications stated within this RFP. 10. ___X___ 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. 208-5362 Closing Date: July 9, 2015 Closing Tim e: 2:00 P.M . Commodity or Service: Radio Frequency Identification Software Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 51       Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 52             Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 53 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 54   Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 55    Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 56   Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 57 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 58 • • • • Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 59 • • • • • • • • Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 60 These are the minimum requirements for Library supplied computers to be used in conjunction with Tech Logic Corporation Check-In/Out systems using CircIT. These are listed as a guideline for new PC’s. Your existing PC’s may work, please check with your account manager on this. The hardware and software requirements for CircIT are provided as general guidelines. There are many factors that can affect these requirements, including but not limited to the following items: • The number of client applications the CircIT implementation supports. • Performance of the network connection between the clients and the application server. • Dependency of CircIT on Microsoft SQL Server 2005 ®/2008®/2012® with Advanced Services and with the latest updates. • The number and configuration of application servers involved. • Performance of the servers and network. • Performance of the SIP server. Important! The PC must contain a dual video card to handle the combo station dual monitors! CircIT Combo Station/Branch Host or Terminal Station Requirements Component Requirement Computer/processor Quad Core or greater processor(s) Memory (RAM) 4 GB+ Hard disk 500 GB+ of space needed depending on images used and whether it is used as a desktop server. Not including space for other requirements. Operating System Windows 7 Professional (32-bit or 64-bit) Windows 8 Professional (32-bit or 64-bit) Database Management System Microsoft® SQL Server™ 2005 (with advanced services) /2008 (with advanced services) /2012 Express Edition (with tools) (For Combo Station/Branch Host only)  Note for SQL 2012 Express: SQL 2012 Express will not work on Windows XP or Windows Server 2003! Additional Software Components .Net framework version 3.5 MS Internet Explorer 7.0 SP1 or later Microsoft Message Queuing (MSMQ) Adobe Flash Player Software version 8.0 or later Number of Terminals The recommended number of terminals per combo station/branch host station is a maximum of five. Networking TCP/IP connectivity to SIP2 server and terminals if it is set up as a branch host Hardware Epson receipt printers are the only printers to be thoroughly tested as fully functional in CircIT. TCP/IP connectivity to the SIP II server and terminals using a dedicated T1 line. Note: Other receipt printers may work, but Tech Logic cannot guarantee another make of printer to work. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 61 CircIT Client Application System Requirements Component Requirement Computer/Process or Dual Core or greater processor(s) Memory (RAM) 2 GB+ Hard Disk 50 MB of space needed. Not including space for other requirements. Operating System Windows 7 Professional 32-bit or 64-bit, Windows 8 Professional 32-bit or 64- bit. Additional Software Components .NET framework version 3.5, MS Internet Explorer 6.0 SP1 or later Microsoft Message Queuing (MSMQ) Adobe Flash Player Software version 8.0 or later Networking TCP/IP connectivity CircIT Server Requirements Component Requirement Computer/process or Quad core or greater processor(s). Memory (RAM) 4 GB+ Hard disk 500 GB+ of space needed depending on images used. Not including space for other requirements. Operating System Windows Server 2008 (32-bit or 64-bit) Windows Server 2012 Standard or Datacenter (with a GUI) x64 Important: Windows 2012 installation MUST have GUI installed. Server Core installation is not supported. Database Management System Microsoft® SQL Server™ 2005 (with advanced services) Microsoft® SQL Server™ 2008 (with advanced services) Microsoft® SQL Server™ 2012 (with tools)  Note for SQL 2012: SQL 2012 will not work on Windows XP or Windows Server 2003! Additional Software Components .NET framework version 2.0 with latest service packs Microsoft IIS 6.1 (included with Windows XP) or later Networking TCP/IP connectivity to the SIP II server and terminals using a dedicated T1 line. Additional requirements:  For installations larger than 20 clients it is recommended that the most robust server be purchased to handle the incoming and outgoing traffic related to running a web application.  Tech Logic to install CircIT and related drivers (for ELO, Feig, printers, etc.)  Tech Logic to setup Administrative Settings in CircIT  ILS Connection to the library must be tested and operational prior to TL technician ’s arrival  Any hardware that has not been purchased from Tech Logic must be unpackaged, set up, and operational prior to the TL technician’s arrival at the library. Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 62 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 63 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 64 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 65      Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 66 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 67 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 68 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 69 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 70 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 71 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 72 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 73 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 74 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 75 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 76 Check that pedestals are at least:      Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 77 Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 78         Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 79 Kiosk Weight 170 lb. (77.11 kg) Kiosk Dimensions 53.25” H x 24.50” D x 23.125” W Connections for Kiosk 120 VAC cord and Ethernet cable Kiosk Power Supply AC: 120 VAC, 3 wire, single phase @5A DC: 24 VDC Kiosk Power Consumption 600 Watts Kiosk Circuit Breaker AC Mains 5 Amps Kiosk Fuse on DC Circuit One 9 Amp Fuse, One 0.5 Amp Fuse Protocol for ILS Sip 2 Kiosk Operating Temperature 32°F to 104°F (0°C to 40°C) Kiosk Storage Temperature -4 to 140° F (-20 to 60°C) Relative Humidity 5%-95% Internal Components: Antenna Dimensions* 337 mm x 237 mm x 8 mm Antenna Weight 530 g Antenna Protection Class IP 40 Antenna Temperature - Operation 0 °C up to 55 °C Antenna Temperature - Storage –25 °C up to 85 °C Antenna Air Humidity Levels 5…95 % (non-condensing) Antenna Operating frequency 13.56 MHz Antenna Maximum Transmitting Power 1.2 Watts Antenna Connector RG58 Coaxial Cable with SMA Plug (50 Ω) Antenna EMC EN 301 489 Antenna Electrical Safety EN 60950 Antenna Human Exposure EN 50364 Reader Dimensions* 85 mm x 145 mm x 27 mm Reader Protection Class IP 30 Reader Weight 200 grams Reader Power Supply Variant 12 – 24 VDC +/- 15% (external power supply) Reader-Variant USB 12 – 24 VDC +/- 15% (external power supply) Reader Power Consumption Approximately 8 VA Reader operating Frequency 13.56 MHz Reader Transmitting Power 1 Watt +/- 2dB (with external antenna) Reader Modulation Factor 10% Reader Connection SMA Plug (50 Ohm) Reader Reading Distance Max 40 cm with ID ISC.ANT300/300 antenna Reader Interfaces RS232 / RS485 (switchable) or USB Reader Signal Generator 1 LED (multicolored; red/green) Reader Processable Transponders ISO 15693, ISO 18000-3,: further tags Reader Operating Temperature -25 °C to 60 °C Reader Storage Temperature -25 °C to 70 °C Reader FLASH via RS232 / RS485 and USB Interface Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 80 United States Alabama Houston-Love Memorial Library Main Branch Westgate Branch Orange Beach Public Library Thomas B. Norton Public University of Alabama Birmingham Arizona Camp Verde Public Library Chandler Public Library Chino Valley Public Library Cottonwood Public Library Douglas Public Library Prescott Public Library Prescott Valley Public Library Sedona Public Library University of Arizona Yavapai Community College Yavapai County Library Yavapai Library Consortia Arkansas Baxter County Library Bentonville Public Library Crawford County Public Library Fayetteville Public Library California Beaumont Library District California State University Monterey Bay Library Channel Islands Camarillo Public Library El Dorado County Library Fresno County Public Library System Auberry Library Caruthers Library Cedar-Clinton Branch Library Clovis Regional Library Fig Garden Regional Library Fowler Branch Library Fresno Central Library Gillis Branch Library Kerman Library Kingsburg Branch Library Mendota Branch Library Mosqueda Library Orange Cove Branch Library Politi Branch Library Reedley Library Sanger Library Selma Library Sunnyside Regional Library Tranquility Branch Library West Fresno Branch Library Woodward Park Library Kings County Library Livermore Public Library Los Angeles Public Library Central Library Silver Lake Branch Rancho Mirage Public Library San Mateo Public Library Main Library Hillsdale Library Marina Library Santa Clara City Library Santa Monica Public Library Tulare Public Library Ventura County Library El Rio (Oxnard) Fillmore Library Oak Park Library Oak View Library Ojai Library Meiners Oaks Library Piru Library Ray D. Preuter Library Saticoy Library Avenue Library E.P. Foster Library Museum of Ventura County Research Library Colorado Denver Public Library Central Gonzales Branch Green Valley Ranch Schlessman Branch Sam Gary Branch University Hills Douglas County Libraries Castle Rock Library Highlands Ranch Library Parker Library Westminster Public Library Connecticut Farmington Library New Milford Public Library District of Columbia Wesley Theological Seminary Florida Delray Beach Public Library Fort Myers Beach Public Pasco County Public Library Pinellas Park Public Library Sarasota County Library Elsie Quirk Fruitville North Port Selby West Florida Public Library Georgia Georgia Gwinnett College Library Gwinnett County Public Library Uncle Remus Regional Library Idaho Meridian Library District Silverstone Branch Illinois Champaign Public Library Eastern Illinois University Follet Library Fondulac District Library, East Peoria Fox Lake District Library Grayslake Area District Library Helen Matthes Library Lake Forest Academy Library Mahomet Public Library Oak Park Public Library Pekin Public Library Peoria Public Library Lincoln Branch McClure Branch Roselle Public Library Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 81 Indiana Allen County Public Library Anderson Public Library Indianapolis-Marion County Public Jasper County Public Library Jasper-Dubois County Contractual Iowa Carnegie Stout Public Library Davenport Public Library Eastern Branch Fairmount Branch Main Branch Waukee Public Library Kansas Lawrence Public Library Topeka and Shawnee County Kentucky Allen County Public Library Daviess County Public Library Lexington Public Library Perry County Public Library Pike County Public Library Maryland Charles County Public Library Frederick County Public Libraries Montgomery County Library Prince Georges County Library System Southern Maryland Regional Library Massachusetts Dover Town Library Michigan Bloomfield Township Public Library Capital Area District Library Cheboygan Area Public Library Clinton-Macomb Public Library Main Branch South Branch Farmington Community Library Novi Public Library Pere Marquette District Library Rochester Hills Library University of Detroit Mercy Minnesota Anoka County Library Mississippi Branch Ramsey Branch Rum River Branch Dakota County Library System Burnhaven Library Galaxie Library Heritage Library Inver Glenn Pleasant Hill Library Robert Trail Library Wentworth Library Wescott Library Great River Regional Library St. Cloud Public Library Hennepin County Public Library Augsburg Park Library Brookdale Library Central East Lake Library Eden Prairie Library Edina Library Hopkins Library Maple Grove Library Minnetonka Library Nokomis Library Northeast Library Oxboro Library Penn Lake Library Plymouth Library Ridgedale Library Southdale Library St. Louis Park Library Walker Library Wayzata Library Ramsey County Public Library Maplewood Branch Roseville Branch Washington County Public Library R.H. Stafford Branch Missouri Cape Girardeau Public Library Joplin Public Library Poplar Bluff Public Library New Hampshire YBP Library Services New Jersey Cherry Hill Public Library Middletown Township Library Monroe Township Library Rahway Public Library South Brunswick Public Library Springfield Free Library New Mexico Mother Whiteside-City of Grants New Mexico Junior College New York Haverstraw King’s Daughters Library Queens Borough Public Library Suffern Free Library North Carolina Alamance County Public Asheville-Buncombe Library Braswell Memorial Library Cabarrus County Library Cumberland County Public Library Bordeaux Branch Cliffdale Branch Court Branch East Regional Branch Headquarters Branch Hope Mills Branch North Regional Branch Spring Lake Branch West Regional Branch Greensboro Public Library Central Library Hemphill Branch Library Kathleen Clay Edwards Branch High Point Public Library Neuse Regional Public Library New Century Elementary School Library Onslow County Public Library Charlotte & Mecklenburg County Beatties Ford Road Regional Cornelius Davidson Hickory Grove ImaginOn Educational Library Independence Regional Main Matthews Mint Hill Morrison Island Mountain Island Branch Myers Park North County Regional Plaza Midwood Scaleybark South County Regional Steele Creek Sugar Creek University City Regional West Boulevard Sheppard Memorial Library Request for Proposal No. 208-5362 Radio Frequency Identification Software Page | 82 Southern Pines Public Library Transylvania County Library Wayne County Library North Dakota Fort Berthold Community College Ohio Cleveland Public Library Cleveland Heights Public Library Cuyahoga County Public Library Elyria Public Library Kent Free Library Lane Public Library Perry Public Library Shaker Heights Library Twinsburg Public Library Willoughby-Eastlake Public Library Youngstown & Mahoning County Oklahoma Chickasaw Regional Public Library Donald W. Reynolds Community Center Metropolitan Library System Pioneer Library System Will Rogers Library Oregon Curry Public Library Eugene Public Library Pennsylvania Adams County Library Upper Dublin Public Library South Carolina Greenwood County Library Oconee County Library Tennessee Clarksville-Montgomery County Dickson County Public Library Kingsport Public Library Millard Oakley Public Library Nashville Public Library Bellevue Branch Southeast Branch White House Inn Library Texas Abilene Public Library Bedford Public Library Brownsville Public Library Denison Public Library Frisco Public Library Houston Public Library Kendall Branch Klein Independent School District Leander Public Library McAllen Memorial Library Midland County Public Library Palestine Public Library Richardson Public Library Round Rock Public Library Tom Greene County Library University Park Library Utah Davis County Library Orem Public Library Park City Salt Lake County Library System Draper Library Herriman Library Magna Millcreek Sandy Library South Jordan Library West Jordan Snow College Springville Uintah County Library Wasatch County Library Virginia Appomattox Regional Library Bedford Public Library System Chesapeake Public Library System Episcopal High School Fairfax County Library System Gloucester County Library Handley Regional Library L .E. Smoot Memorial Library Loudoun Country Day School Norfolk Public Library Petersburg Public Library Staunton Public Library Tidewater Community College Virginia Beach Public Library System Bayside Branch Central Great Neck Branch Kempsville Branch Oceanfront Branch Princess Ann Branch Waynesboro Public Library Washington Seattle Public Library System Stevens County Rural Library District Timberland Regional Library System Whatcom County Library System Wisconsin U.W. LaCrosse Wyoming Sweetwater County Library System International Australia Brisbane Square Branch Willoughby Civic Place Library Melbourne City Library Docklands Branch Syme Branch Canada Norfolk Library, Ontario North Vancouver City Library North Vancouver District Library Ottawa Public Library (main) Toronto Public Library System West Vancouver Memorial Library Trinidad and Tobago National Library and Information System EXHIBIT C DEFINITION OF TERMS For purposes of this Agreement and the services and hardware provided hereunder, the below- listed terms shall be defined as follows: ACS means the Library's automated circulation system used for asset tracking, recording, accounting, lending and return software system of library materials. CircIT Application is the TLC title for the Visual Basic.NET program that resides on the System PC or Library’s PC and interfaces the Library’s LAV or ACS Software. Book(s) shall refer to all materials including but not limited to books, tapes, CD’s, DVD’s, magazines and all Library items that must generally be handled by the TLS within the Library environment. LAV refers to the Library’s Automation Vendor that has provided the Library with its asset tracking software. MS refers to licensed Microsoft Corporation software that resides on the TLS PC or the Library’s PC. When a PC is purchased by the Library from TLC, the license is transferred to the Library and is considered third party pass through licensing. MS Software(s) refers to software that is purchased by Tech Logic Corporation from Microsoft Corporation for use on the System PC. Such software is considered “Third Party” and licenses are passed through to the Library at the time of Syst em installation and acceptance. Open Day refers to any day the Library is open as published in its schedule of Library Locations and Hours on its webpage at http://www.fresnolibrary.org. Operating System refers to software that manages computer hardware and software resources and provides common services for computer programs. RFID means Radio Frequency Identification that is the method of identifying or detecting data stored on a microchip with an antenna. RFID consists of three components; RFID Tag, RFID antenna, and RFID Coupler. The antenna is for amplifying transmission to and from a coupler via radio frequency technology. The coupler receives the data from the RFID Tag and sends a raw data stream via RS-232 connection to a PC and is interpreted by the TLC Software to identify the Library Item that the RFID tag is attached to. Site refers to any single library branch location. System Item(s) refers to numerated system components as described in Exhibit “D”. System PC refers to one or more personnel computer “PC(s)” that control all aspects of the System, including but not limited to all the machines within the System and all communication software’s that interface with the Library’s host computer. Tag Replication is the process of converting industry standard bar-codes into RFID Tags. TLC refers to Tech Logic Corporation. TLC Code is programmed instructions written in various computer languages and run via a compilation of various softwares that reside on the TLC’s System PC or the Library’s PC. TLC Code is proprietary property of Tech Logic Corporation and licensed for use to the Library, all as stated within the Software License Agreement. TLC Suite refers to the underlying program modules that have been written and developed by TLC to quickly and expeditiously assemble whole system top level programs. TLS refers to the Tech Logic System which is the automated system including, but not limited to, radio frequency identification check-in and check-out components which include security and inventory features; book drops and delivery systems; storage systems; sorting systems; branch distribution systems; patron reserve systems; and computer systems designed, manufactured or otherwise developed for the library industry for purposes of circulation, security, inventory and materials handling. EXHIBIT D DESCRIPTION OF FUNCTIONALITY The Description of Functionality is commonly referred to as a “Sequence of Operations” and describes how the RFID CHECK-IN/CHECK-OUT and Asset Management system works from both a controls point of view and mechanical view. It further defines system specifications that provide the Library with a good understanding of anticipated performance objectives. Throughput rates, speeds of moving devices, and reaction times of the system are all best guesses based on previous system performances. This is so because many variables such as network speeds, automated circulation system response times, Library personnel variances in performance and Library collection variables may all have an impact on system throughput rates, speeds and reaction times. Tech Logic’s modular “suite” of software programs is used throughout its systems. Each system is unique and custom designed to fit the Library’s specific environment, yet the basic underlying code is the same from system to system via the modular code. Tech Logic will pick and choose from these modules and link them together into the systems final program. This consistency in programming at the lower level program structure enables Tech Logic to easily upgrade changes to the Library’s top level system program as time passes. It is important for the reader to understand that deviations from Tech Logic’s standard module functions can produce additional programming costs to the Library. RFID CHECK-IN/CHECK-OUT SYSTEMS TLC is a North American Partner of multiple RFID Vendors, all of which are world class suppliers of RFID tags and hardware that reads the RFID tags. TLC buys, uses in its products and has otherwise developed many innovative RFID Check-in and Check-out Library material handling workstations using this technology. RFID’s advantage over industry bar-code technology provides the Library with ergonomic, invisible and fast identification of Library items along with anti-theft security. TLC Uses RFID Technology along with TLC Software, Check-in and Check-out workstations, Tag Replication workstations and Asset Management Software to increase the efficiencies within the Library realm. Key to the implementation of the RFID technology into the Library arena is TLC’s Software Suite and its interfaces with most LAV’s. Specifically, TLC uses standard 3M SIP 1.0, 2.0 or 2.0 w/ TLC extensions to interface with the CircIT software. The International Standards Organization (ISO) is very close to releasing the NISO standard which will replace the 3M SIP protocol. Tech Logic will adopt this standard as each LAV releases it’s version of NISO. The Sequence of Operations for each Check-in and Check-out product is explained as follows: A. The Combo (Self or Assist) Check-Out Workstation is a unique Patented concept that TLC has developed to eliminate the need for remote, common place “self-checkout” workstations. Combo workstations incorporate dual, back to back, flat touch-screen monitors that are placed along circulation and check-out counters within the Library. Along the side of each dual touch screen is a “top of counter mounted” antenna that allows patrons the ab ility to “self or assist” check-out stacks of Books within seconds. This method of check-out, under ideal conditions, can be up to ten to fifteen times faster than conventional self or staff type check-out workstations depending on the speed of the interface with CircIT. The Combo workstation works as follows: 1. When the Patron walks up to the outside of the Combo workstation, he/she sets a stack of books onto the RFID antenna area and scan their card with a barcode scanner. The flat-touch screen monitor on the Patron’s side of the counter informs the Patron that their account is ok and to press the check-out button. When the patron presses the ok button, all books in the stack are checked out within seconds. 2. At check-out, each Book’s RFID tag has its theft bit disabled. The RFID tag’s theft bit must be turned off before a Patron may leave the Library. Many Library exit doors are retrofitted with a set of security pedestals. The Pedestals look for theft bits that are not turned off. If a tag’s theft bit is still on, the security gate will sound an alarm informing the Library staff that an item is being stolen. 3. The theft bit method of security is extremely fast due to the low overhead of reading only one bit within the whole tag’s word. A typical set of pedestal security gates can read up to fifty books per second. 4. If a Patron has a problem with their account when using the Combo station, a Library staff member behind the counter can disable the Patron’s monitor, switch to the CircIT software package and fix the Patron’s account u sing their normal CircIT Terminal Client software. 5. When the Patron’s account has been fixed, the staff member merely presses a function key that re-enables the Patron’s monitor. 6. The entire Combo workstation is intuitive for both the Patron and the Library staff person. One staff person can monitor and manage up to 3, 4, or 5 Combo stations along a typical circulation desk. This savings in labor benefits the Library by allowing the staff to work with Patrons outside of the circulation desk. B. The RFID Self-Checkout Workstation is similar to the Combo workstation and is recommended for use in areas remotely located to the service or circulation work desk. Self- checkout workstations are ideal for places where the Library feels that their Patrons can deal with self-checkout conditions that arise, such as overdue books and other flags that may not permit a Patron to fully transact a self-checkout. TLC believes that the Library is the best judge as to whether or not their Patrons are willing to except the possibilities of personal account problems. In such a case, the RFID Self-Checkout Workstation Software will ask the Patron to seek help at the service or circulation desk. C. The RFID Staff Workstation consists of a desktop antenna and coupler that allows staff personnel the ability perform back room reading, writing and general collection management duties. TLC Software Suite empowers staff personnel with the following RFID tag and general collection maintenance features: 1. Writing and locking collection code ID’s to the tag 2. Reading collection code RFID tag ID’s 3. Checking-in or out Books using the TLC VB-LAV Interface Software 4. All other functions that normal back-room staff may be required to perform. D. The RFID Label Workstation allows staff members to easily convert existing bar- coded Books to RFID tagged Books. RFID Tag generation is a four-step process. It entails scanning the bar code located on the book, grabbing the programmed tag from the printer, and applying the label to the book. The workstation consists of a PC running TLC EZ tag software, an RFID label printer, and bar code scanner. The following is the Tag Replication Sequence of Operation: 1. The PC on the EZ tag cart is started. The EZ tag software is started which allows the operator to specify what logo file they want to reference for the labeling. Once “Label Mode” is selected, scanning of the barcodes can begin. 2. The operator finds the barcode on the book and scans the code using the EZ Tag barcode scanner. The information scanned from the barcode label is displayed on the operator screen of the PC. 3. The RFID tag is then printed and programmed simultaneously. 4. The operator can then pick the label from the printer and place the label onto the book. The tags should be placed on the inside back cover of the book, being careful to place the tag directly on the book and not on the book protector and within a 60mm square area position of eight possible positions alternately at the lower left -hand corner. ASSET MANAGEMENT SYSTEMS The inventory management system consists of TLC CircTrak RFID shelf management system with 10” tablet or laptop includes inventory management and comparison software that utilizes the hand held inventory scanner for quick read ing of all Library RFID tags. The CircTrak RFID Reader and tablet/laptop may be used for the following key functions: A. Inventory: The typical scan rate of the CircTrak RFID Reader is approximately 10 books per second and can help to organize books on shelves in groups of logical/un-logical Dewy or Author last name order. The shelf management system can hold up to 500,000 records. B. Lost Items: The CircTrak RFID Reader, when loaded with a list of Item Numbers, can quickly locate lost or misplaced books within the library’s collection. The shelf management system can hold up to 500,000 records. C. Hold Items: The CircTrak RFID Reader, when loaded with a list of Item Numbers, can quickly locate hold items within the library’s collection. The shelf management system can hold up to 500,000 records. D. Transit Items: The CircTrak RFID Reader, when loaded with a list of Item Numbers, can quickly locate transit items within the library’s collection. The shelf management system can hold up to 500,000 records. E. Security: The CircTrak RFID Reader can be used for theft protection detection and body searches at security doors. The unique features of RFID tags with theft bit technology allow the CircTrak RFID shelf management system to locate and detect items that have been stolen. F. Wireless Connectivity: The CircTrak RFID shelf management system interfaces wirelessly with the ILS to provide real time status information on all items using industry standard wireless communications. EXHIBIT E PRICING SCHEDULE Product Number Products and Services Individual item Cost Qty 2-5 Discount Qty 6-10 Discount Qty 11-25 Discount Qty 26+ Discount Hardware Combo Stations 25012817 22” Color, LCD Non Touch- Screen, Flat Panel Monitor $ 690.00 $ 690.00 $ 690.00 $ 680.00 $ 670.00 45006871 Tech Logic ABS Single Antenna with Reader $2,000.00 $1,900.00 $1,800.00 $1,650.00 $1,500.00 25016534 Tech Logic NX Series Desktop Antenna w/Reader $695.00 $695.00 $695.00 $695.00 $695.00 25012265 Linear Images, Desk-Top Bar Code Scanner with hands-Free Base $ 280.00 $ 280.00 $ 260.00 $ 255.00 $ 250.00 25012426 Epson Desktop Receipt Printer $ 510.00 $ 510.00 $ 495.00 $ 485.00 $ 485.00 25012273 Epson 6 foot USB cable $ 15.00 $ 14.00 $ 13.00 $ 12.00 $ 10.00 Staff Stations 45006871 Tech Logic ABS Single Antenna with Reader- $ 2,000.00 $1,900.00 $1,800.00 $1,650.00 $1,500.00 25016534 Tech Logic NX Series Desktop Antenna w/Reader $695.00 $695.00 $695.00 $695.00 $695.00 25012265 Linear Images, Desk-Top Bar Code Scanner with hands-Free Base $280.00 $280.00 $260.00 $255.00 $250.00 Inventory Wands 45006895 CircTRAK rf Inventory Wand with handheld computer $ 4,995.00 $4,995.00 $4,995.00 $4,995.00 $4,995.00 Security Gates 45006064 Single Walk Way Clear Acrylic Gates with People Counter - NEDAP $5,000.00 N/A N/A N/A N/A 45006065 Dual Walk Way Clear Acrylic Gates with People Counter - NEDAP $7,500.00 N/A N/A N/A N/A 45006066 Triple Walk Way Clear Acrylic Gates with People Counter - NEDAP $10,000.00 N/A N/A N/A N/A Software EXHIBIT E Product Number Products and Services Individual item Cost Qty 2-5 Discount Qty 6-10 Discount Qty 11-25 Discount Qty 26+ Discount 28000002 Software licenses, CircIT, new order (per seat) $ 499.00 $499.00 $499.00 $499.00 $499.00 28000007 Software licenses, CircIT Staff, new order (per seat) $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 Installation Installation of Security Pedestals - per pedestal $925.00 Maintenance & Warranty Yearly Software Support/License Fee per seat (required in order for continued support)-CircIT Yearly Software Support/License Fee per seat (required in order for continued support) $400.00 $400.00 $400.00 $400.00 $400.00 $220.00 $220.00 $220.00 $220.00 $220.00 2nd Year Warranty Extension 15% of Hardware Cost Other Costs Custom Programming (per hour; 8 hour minimum) $275.00 Additional onsite training (per day) $1,450.00 Additional labor for problems not covered by warranty $200 per hour (up to $1,600 per day) per Contractor personnel EXHIBIT F NOTICE OF COMPLETION and ACKNOWLEDGMENT Pursuant to Section 7. INSTALLATION AND TESTING of the Agreement, CONTRACTOR herein notifies COUNTY that all or part of the TLS is installed and completed at the COUNTY and running under permanent power. Comments: CONTRACTOR Date: ______________________, 20____. By: ___________________________________ ____________________________________ (Printed Name and Title) ACKNOWLEDGMENT Pursuant to Section 7. INSTALLATION AND TESTING of the Agreement, COUNTY hereby acknowledges that (i) the TLS is installed and completed at the COUNTY, and running under permanent power, or (ii) a Notice of Corrections had been issued and that completion of corrections there under has been accomplished by Tech Logic. COUNTY Date: ______________________, 20____. By:___________________________________ ___________________________________ (Printed Name and Title) EXHIBIT G NOTICE OF CORRECTIONS Pursuant to Section 7. INSTALLATION AND TESTING of the Agreement, the COUNTY herein notifies CONTRACTOR of the following items within the TLS that are not to the COUNTY’s satisfaction and need to be repaired, replaced, adjusted, reprogrammed or otherwise made correct in response to CONTRACTOR’s Notice of Completion. The following corrections need to be made: Item No. Description TLC COUNTY Date: ______________________, 20____. By:___________________________________ ___________________________________ (Printed Name and Title) EXHIBIT H SOFTWARE LICENSE AGREEMENT 1. License Grant. A. License. Subject to the terms and conditions of this Agreement, CONTRACTOR grants COUNTY a perpetual, nontransferable, nonexclusive license to use the computer program and user documentation listed in EXHIBIT D (the 'Software') at the Installation(s) set forth in the Agreement. COUNTY may install and use the Software's computer program only on one machine at one time at the Installation(s). If COUNTY desires additional copies of the Software's computer program or user documentation, CONTRACTOR will provide such copies at the rates set forth in EXHIBIT E. B. Restrictions. COUNTY shall not (i) use the Software to provide services under any name other than that of COUNTY; (ii) use the Software to process the data of third parties without CONTRACTOR's prior written consent; (iii) use the Software in the operation of a service bureau; (iv) modify or change the Software; or (v) decompile, disassemble or otherwise reverse engineer the Software. 2. Deliverables. A. Software. CONTRACTOR shall provide COUNTY one executable copy of the Software's computer program and one copy of the Software's user documentation. COUNTY shall not copy the Software (except for one archival copy for back up purposes only). B. Hardware. COUNTY shall arrange for the purchase or lease, installation, testing and maintenance of adequate hardware. COUNTY shall be solely responsible for hardware maintenance, including periodic inspections, adjustments, and repair. 3. Installation, Maintenance and Training: CONTRACTOR shall install and maintain the Software and provide training to COUNTY's employees pursuant to the terms of the Maintenance Agreement. COUNTY shall provide internet capability to allow CONTRACTOR to access, review and modify the Software remotely. 4. Payments: COUNTY shall pay CONTRACTOR the Software license fees, in the amounts and under the terms set forth in EXHIBIT E. All fees shall be payable upon presentation of invoices. CONTRACTOR may change its license fees for additional copies of the Software upon thirty (30) days prior written notice. 5. Confidentiality: COUNTY agrees that neither COUNTY, its agents, nor, its employees shall in any manner use, disclose or otherwise communicate any information with respect to the Software which might enable copying of all or any portion of the Software. COUNTY agrees to take all necessary action to protect the confidential and proprietary information included in the Software, including appropriate instructions and agreement with its employees. 6. Title: COUNTY agrees that CONTRACTOR owns all copyright, trade secret, patent, trademark and other proprietary rights in and to the Software, including all modifications thereto. 7. Warranties: CONTRACTOR warrants that it has clear title to the Software. CONTRACTOR further warrants that for a period of twelve (12) months after installation, the Software, if used by COUNTY in accordance with the Software's user documentation, will substantially perform the functions set forth in EXHIBIT D. CONTRACTOR MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WARRANTIES AS TO MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. EXHIBIT I 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 (hereinafter referred to as “County Contractor”), must disclose any self -dealing transactions that they are a party 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 directors has a material financial interest” The definition above wi ll 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 company/agency name and address. (3) Describe in detail the natu re 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). (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: