HomeMy WebLinkAbout02-99 RESOLUTION••• • 0
RESOLUTION NO. 2 - 9 9
A RESOLUTION AWARDING BID NO. 98-95 TO CHECKPOINT
SYSTEMS, INC. FOR A BOOK DETECTION SYSTEM IN THE
FAYETTEVILLE PUBLIC LIBRARY.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council awards Bid No. 98-95 to Checkpoint Systems, Inc. for
a book detection system in the Fayetteville Public Library in an amount not to exceed $36,000. A
copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof.
= s t t PASSED AND APPROVED this 5thday of January , 1999.
Ll
` APPROVE
ca
di ; Fred Hanna, Mayor
�. •.
ATTEST:
By.
By: .'l, l/
Heather Woodruff, City Lierk
NAME OF FILE:
•
99
CROSS REFERENCE:
•
C// cK PD r,v r yg-CM , Iii
Date
Contents of File
Initials
1-05-1f
K E-5.
/-q9
&-�� 18 r T " 4 t.z.A ql«R 7 I Al
1-05-99
-ST4kt /i1I.-E1A-) /2Am
Ll '/IM
Awn.
r Czvx,4e s V 6--,01 BA 67
g-i8f -e
71^i)
0
1t2Eb ij4060/91 71/)/o�c'
r
INVITATION TO BID
BID #
98-95
DATE ISSUED:
December 8, 1998
,11111.
411001 r
DATE AND TIME OF OPENING:
December 24, 1998, at 2:30 p.m.
BUYER: DATE REQUIRED:
of Fayetteville, AR As scheduled by Project Manager
F. O. B. I BUYER'S PHONE # GUARANTEED DELIVERY DATE:
Fayetteville AR L(501) 575-8289 4 - 8 Weeks n R o ( see required
Fir # ESCRIPTION QUANTlTTY UNIT PRICE TOTAL J
PER ATTACHED SPECIFICATION •
1 Electronic Library Material Theft 1 $39,307.63 $39,307.63
Detection System as specified.
date
SUBCQLITEACTORSy
100% Performance & Payment
Bond required on contracts of
$10,000 or more before notice
to proceed is given.
Project Manager to contact for
site visit is Ms. Louise Schaper
at 442-2242
5% BID BOND REQUIRED
WITH BIDS SUBMITTED OVER $2 ,000.
CONTRACTOR'S LICENSE#
0048601-76-001
Mandatory on bids $20,000 or more.
PLEASE SUB IT
ITEMIZED PRI ING FOR
EQUIPMENT I VOLVED.
RESTRICTIONS OR EXCEPTIONS
TO THE BIDI MUST BE NOTED:
1 ��
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the
requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to
furnish these articles at the prices stated.
UNSIGNED NAME OF FIRM: PHONE: FEDERAL ID#
BIDS Checkpoint Systems Inc 800-257-5540 22-1895850
WILL BE BUSINESS ADDRESS: CITY AND STATE: ZIP:
REJECTED 101 Wolfff11Drive Thorofare N.J. 08086
AUTH 5 Z'D SIGNATURE: TITLE: DATE:
Executive Vice Presiden112/18/98
s
� z L/14i
(�) I.
.�
INVITATION TO BID
BID #
98-95
DATE ISSUED:
` December 8, 1998
DATE AND TIME OF OPENING:
December 24, 1998, at 2:30 p.m.
BUYER:
City of Fayetteville, AR
DATE REQUIRED:
As scheduled by Project Mana•er
F. O. B.
Fayetteville, AR
BUYER'S PHONE #
, (501) 575-8289
GUARANTEED DELIVERY DATE:
4 - 8 weeks A R o ( see required dj
ITEM #
DESCRIPTION QUANTITY
UNIT PRICE
TOTAL
1
PER ATTACHED SPECIFICATIONS:
Electronic Library Material Theft
1
$39,307.63 $39,307.63
Detection System as specified.
SUBCONTRACTQRS:
•
100% Performance & Payment
Bond required on contracts of
$10,000 or more before notice
to proceed is given.
Project Manager to contact for
site visit is Ms. Louise Schaper
at 442-2242
5% BID BOND REQUIRED
WITH BIDS SUBMITTED OVER $20,000.
CONTRACTOR'S LICENSE#
0048601-76-001
PLEASE SUBMIT
ITEMIZED PRICING
EQUIPMENT INVOLVED.
FOR
Mandatory on bids $20,000 or more.
RESTRICTIONS OR EXCEPTIONS
TO THE BID MUST BE NOTED:
I
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the
requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to
furnish these articles at the prices stated.
UNT-GNED NAME OF FIRM:
BIDS Checkpoint Systems Inc
WILL BE BUSINESS ADDRESS:
REJECTED 101 wolf40rive ,-
AUTH.O IZED SIGNATURE:
PHONE:
800-257-5540
FEDERAL ID#
22-1895850
CITY AND STATE: I ZIP:
Thorofare N.J. I 08086
TITLE: 'DATE:
Executive vice Presidefnt12/18/98
e)
Checkpoint
• 1
Pricing for Fayetteville Library
Bid #98-95
LOITIPMENT PRICE LNSTALLATIOV FREIGHT
3 QS4000X'1', single aisle S 16,050 $ 1,520 S 265
I post & 1-4' theater cord 155 2 5 l �,
2 Portable Verifiers 640
3 Micro Detaches 405
2 Dare Due Printer Dispensers 1,820
130.000 DATE DUE labels 6,890
20,000 Reference labels 1,060
1.000 Barcode labels 53
3,000 Be Kind labels 159
1,000 Cover-up labels 55
700.000 Date Due Tabs 3,500
2,000 Video CHECKcards 340
8 Cartons CD Safers (800) 1,200
1 Carton Double CD Safers (140) 285
Totals $ 32,612 $ 1.545. S 275
.04625 Sales"! ax 4 S 50 00 a $ 1.558.
Grand Total 5 35.990.
✓
Checypoi'it • •
CHECKPOINT SYSTEMS INC.
WARRANTY
LIMITED WARRANTY. Checkpoint warrants for a period of One (I) Year after installation that any system (s) purchased under this
agreement will be fret from defects in workmanship and materials, provided that installation and service on such system during such period
has been performed only by Checkpoints authorized rcpresentatives.Checkpoint's sole obligation under this limited warranty shall be to repair
or replace the defective system, or parts thereof. During such period, Checkpoint will, at its own expense, service and maintain any system(s)
purchased under this Agreement.
EXCLUSION OF OTHER WARRANTIES AND LIABILITIES. EXCEPT FOR PATENT MATTERS WHICH ARE COVERED IN
PARAGRAPH 4, THE LIMITED WARRANTY STATED IN PARAGRAPH I SHALL BE IN LIEU OF ALL OTHER WARRANTIES,
EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS
FOR A PARTICULAR PURPOSE. ON ANY SYSTEM. TAGS, ACCESSORIES. AND OTHER GOODS OR SERVICES PURCHASED
UNDER THIS AGREEMENT. IN NO EVENT. INCLUDING IN THE CASE OF A CLAIM FOR NEGLIGENCE. SHALL CHECKPOINT BE
LIABLE FOR INCIDENTAL. SPECIAL, EXEMPLARY, OR CONSEQUENTIAL DAMAGES FROM WHATEVER CAUSE, AND
INCLUDING BUT NOT LIMITED TO LOSS OF PROPERTY OR INCOME.
DEFINITION OF WARRANTY TERMS. For the purpose of Paragraphs I and 2, the term System(s) shall refer only to that collection of
electronic equipment (antenna(s), power. supply, electronic circuitry, connecting cables and the like) which collectively performs either the
function of detecting tags being carried past the antenna(s), or of detecting and deactivating tags so that they can be carried past the antenna(s)
without there being detected. Accessories. such as detachers, point -of --sale detectors and the like, tags themselves, or other goods and services
are not included within the term System(s) as used in Paragraphs 1 and 2.
PATENTS. Checkpoint warrants that goods purchased hereunder will, when installed. be free of any claim of infringement of a United States
Patent issued prior to the commencement date of this warranty. If promptly notified in writing, and given authority, information and assistance
by the Customer, Checkpoint will defend or may settle at its expense any suit against the Customer based on such claim of infringement and
pay any damages awarded as a result. Checkpoint may also replace the accused goods with ones which arc non -infringing, or as a last resort
remove these goods. The foregoing states Checkpoint's entire obligation regarding patents. However, Checkpoint shall have no such obligation
at all for any goods specified or designed by the Customer. or for any use different from that for which the goods are normally intended, or for
any use in combination with other goods not furnished by Checkpoint. In such instances, the Customer assumes the patent liability and will
hold Checkpoint harmless against any infringement claim.
CUSTOMER RESPONSIBILITY FOR USE. It is expressly understood and agreed that the Customer will have sole control over the manner in
which the goods purchased under this warranty are used in the course of the Customer's activities. Therefore, the Customer hereby assumes full
responsibility for such use and shall indemnify and hold harmless Checkpoint. its agents and representatives, from and against any and all
losses. damages, claims or expenses. including legal fees and expenses, arising out of such use. Any training program or literature provided by
Checkpoint concerning the use of the goods is understood to be purely advisory and does not detract from the Customers responsibility for
such use, as set forth in this paragraph. It is also expressly understood and agreed that possible false, phantom. or other unintentional alarms, or
failures to remove or deactivate tags. all from whatever cause. shall be regarded as part of the use of the goods and also governed by this
paragraph.
INSTALLATION. Installation of Systems purchased under this agreement shall be made only by Checkpoint's authorized representatives.
Checkpoint shall have no liability for disruption to premises end existing structures resulting from installation, nor for installation made in
accordance with instructions. plans or designs provided by the Customer.
• •
SPECIFICATIONS
For an electronic library material theft detection system to be installed in the Fayetteville
Public Library, located at 217 E. Dickson Street, Fayetteville, Arkansas.
DESCRIPTION OF WORK:
The Fayetteville Public Library circulates over 300,000 items per year and has a collection
of over 130,000 items (including genealogy). In 1998 a study was completed that indicated
a 6% shrinkage of library inventory had occurred from mid-1997 to mid-1998. This
represents an approximately $55,000 loss in inventory in a one-year period.
Therefore, an electronic library material theft detection system specifically designed for
libraries and capable of providing the library with a durable, functional and reliable means
of stopping unauthorized removal of books, periodicals and AN materials is to be procured
and installed as soon as possible in early 1999.
Three single aisle 9.5Mhz radio frequency security systems are to be installed. One
system will be installed at the interior north entrance to the main library. The second
system will be installed at the interior south entrance to the main library. The third system
will be installed at the interior entrance to the children's library. At one main library
entrance system and at the children's library system, theater rope will be installed to
prevent patron bypass of the system.
Louise Schaper, Director or Cathy Rew, Finance Manager at (501) 442-2242 may be
contacted to answer questions or set up appointments for inspecting the areas where
systems will be installed.
The project consists of installing the three single aisle systems, peripheral equipment as
listed below, and training all management and staff in its use.
GENERAL REQUIREMENTS:
• Must be a 9.5Mhz radio frequency system; allow up to 5 foot aisle width; and require
no more than 1 foot clearance from metal. it must be equivalent in size, style, and
supplies and peripherals to Checkpoint's QS4000 XT. Equivalent system bids must
meet or exceed specifications of the Checkpoint QS4000 XT system and system
labels must be compatible with existing labels in the collection and those available
from Baker and Taylor, Inc. The City of Fayetteville will be the sole judge of whether
equivalent system bids meets specifications.
• Each bidder must provide bids for their most current models, supply information
regarding the systems area of detection, size of all components and power
requirements of all components.
• The detection system must not be harmful to, or interfere with the health or well-
being of our staff and community of users, or any prosthetic device they may be
using, e.g. hearing aids, pacemakers.
• A letter of certification guaranteeing compliance with these stipulations must be
• •
submitted with this bid by all bidders.
• The entire system shall be designed and installed in compliance with all A.D.A.
standards and requirements for the handicapped.
• The detection system shall not false alarm due to commonly carried or used items,
such as three ring binders, loose leaf binders, wire -bound notebooks, backpacks,
belt buckles, keys, etc.
• The detection system must detect treated items that have not been properly
checked out. The system will detect these items hidden under clothing, in
backpacks, briefcases, etc.
• If the bidding company uses a disclaimer (terms and condition of sale) on any
brochures, literature, product or contracts, a copy of this disclaimer shall be included
with this bid, accompanied with an explanation of why there is a need for such a
disclaimer.
COMPONENTS
A. Sensing monitors:
1. Radio frequency technology—detection system must be compatible with
existing labels in the library collection.
2. Overall dimensions: 63.5"H x 21.5"D x 3.5"W
3. Material—charcoal and white colored, ABS plastic
4. Floor mounted with two (2)1/2" cement lag bolts per monitor
5. Each monitor equipped with red alarm lights to provide visual and sounder for
audible alarm.
6. Aisle width expandable up to 60 in.
7. Weight – 22 lbs. per monitor.
B. Control module:
1. Housing 9"H x 5 3/8"D x 3 112" W
2. Weight 6 lbs.
3. Power on indicator light.
4. Primary power requires 110v. 50/60 HZ (grounded outlet)
DETECTION LABELS
Flexible, programmed tag laminated on one side with paper stock, pressure sensitive
adhesive coating on reversed side with siliconized release paper. Adhesive film coating
requires no moisture, heat or other preparation prior to or after application to clean dry
surfaces; will not discolor or lose adhesive or cohesive strength due to age. its design
precludes loss of sensivity due to normal causes and phenomena. Available in several
standard printed formats or custom printing is available.
• The following quantities of detection devices are specified:
• 130,000 Date Due detection devices (2"x2")
• 20,000 Reference printed detection devices (2"x2")
• 1000 Bar code printed detection devices (1.5"x1.6") for CDs, periodicals,
equipment.
• 3000 "Be Kind Please Rewind" detection devices (1.5" x 1.6") for videos
• •
OTHER LABELS AND SUPPLIES
• The following quantities of other labels and supplies are specified:
• 1000 "cover-up" labels to cover-up the detection circuit from view on CDs.
• 700,000 Date Due mini -tabs tabs to alter transmission characteristics of
previously sensitized items during circulation transactions. Upon removal during
the return transaction, protected items maintain their normal state of detectability.
• 2000 Video Check cards used for due dates and deactivation of detection label
on videocassette.
• Two printer dispensers with key pads used to print "due date" on date due tabs.
• Three programmable voice alarms—wall-mounted, external alarm,
programmable to repeat a personalized message to return to the circulation desk
when the system has been alarmed by an unauthorized removal.
• Two portable verifiers—lightweight hand-held electronic scanner used to pinpoint
location of concealed RF security targets causing system to alarm. Powered by
two 9 volt batteries that produce an audible tone when active RF label is within 7
inches.
• Three micro detachers for opening the safer boxes.
• Eight (8) cartons of CD safer boxes (total 800 plastic reusable security boxes).
• One carton of double CD safer boxes (total 140 plastic reusable security boxes).
• Theater cord: 1 post and one four foot section of cord
WARRANTY:
A warranty with at least one-year all-inclusive parts and labor from date of installation must
be included. A maintenance/service agreement must be available following the warranty
period. Installation and service will be performed by company trained employees only.
Local security companies that do not have experience in installing and servicing the system
that is being bid will not be accepted. Service calls will have a maximum forty-eight hour
response time and an 800 number will be available if service is required.
INSTALLATION AND TRAINING:
The Fayetteville Public Library will accept only turnkey installations, therefore all traffic
control items (i.e. post, railing, theater cord etc.) that are needed to insure proper traffic
flow will be listed, included in the bid price and installed by the bidding company.
The Library will provide standard 110 volt AC convenience outlet (non -dedicated) for the
detection equipment. The cost of any other special wiring required by the system must be
included in the bid. If additional items such as transformers etc. are required for satisfactory
performance of the system, the bidding company must list and include these items and
installation of these items in their bid price.
Installation and training must be at the convenience of the library staff. The successful
bidder must provide a written public relations program, training manual, product catalog
and provide personal training for key personnel in system operation, use and procedures
at the time of installation or within five working days of installation.
• •
In addition to the above specifications, the following terms and conditions shall apply:
1. Scheduling: The project must be completed by February 15,1998.
2. Insurance: The successful bidder shall, during the term of the installation,
maintain statutory limits of workmens' compensation insurance, and public
liability insurance providing coverage for personal injury, death or property
damage in at least the minimum amounts of $50,0001$100,0001$100,000.
Contractor shall provide evidence of such coverage within 15 days of the bid
award. Bids totaling $20,000 or over require a bidder to have a contractors
license. A performance bond equaling the total amount of any bid exceeding
$10,000 must be provided for any contract for the repair, alteration or erection
of any public building, public structure or public improvement (pursuant to Act
351 of 1953 as amended by Act 539 of 1979).
3. Bids shall be good and firm for a period of 60 days from date of bid opening.
4. Sales tax shall be included in the bid and paid by the bidder.
5. The Library Director shall inspect the work and shall be the sole judge of
whether it meets specifications and has been properly installed.
6. Progress payments will be made after approval and acceptance of work and
submission of invoice. Payments will be made approximately 30 days after
receipt of invoice.
7. All parts of the bid must be completed. Bids must be submitted on forms
provided by the City. Bids must be submitted in a sealed envelope clearly
marked on the outside of the envelope Bid No. #98-95.
8. All bid prices shall be FOB, 113 West Mountain Street, Fayetteville, Arkansas.
9. The City reserves the right to accept or reject any or all bids, waive informalities
in the bidding and make a bid award deemed to be in the best interest of the
City.
10. Bids will be received in Room 306, 3rd Floor, 113 W. Mountain, Fayetteville, AR
72701, until 2:30 p.m. December 24, 1998. Bids received after this date and
time will not be accepted.
• •
CITY OF FAYETTEVILLE, ARKANSAS
Terms and Conditions
1. All bids shall be submitted in a sealed envelope and must be submitted on forms
provided by the City.
2. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
3. Bidders shall include all applicable local, state, and federal sales tax in bid. The
responsibility of payment shall remain with the successful bidder.
4. Bids received after the date and time set for receiving bids will not be considered.
5. The City reserves the right to accept or reject any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City. The City
shall be able to purchase more or less than the quantity indicated subject to availability
of funds.
6. The bid price shall remain good and firm until project is completed.
7. All products delivered shall comply with applicable standards of quality.
8. Any exceptions to the requirements of the City of Fayetteville must be noted on the
Bid Form.
9. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the
furnishing of the items bid.
10. Each bidder shall state on the face of the bid form the anticipated number of days from
the date of receipt of an order for delivery of equipment and installation to the City of
Fayetteville.
11. Copy of the warranty shall accompany the bid, and any exceptions to the warranty
shall be clearly noted on the bid form.
12. Bidders must provide the City with their bids signed by an employee having legal
authority to submit bids on behalf of the bidder. The entire cost of preparing and
providing responses shall be borne by the bidder.
13. The City reserves the right to request any additional information it deems necessary
from any or all bidders after the submission deadline.
14. The request for bid is not to be construed as an offer, a contract, or a commitment of
any kind; nor does it commit the city to pay for any costs incurred by bidder in
preparation of bid.
• .
15. The City will not be responsible for misdirected bids. Vendor should call the
Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to
opening time and date listed on the bid form.
16. If products and/or components other than those described in this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. All requests for additional information must be received within five
working days following the request.
17. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306,
113 W. Mountain St. Fayetteville, AR 72701, on or before the time of closing listed
on the face of the bid.
*18. Public improvement bids with a total of $20,000 or more shall submit certificates of
insurance within 10 days of notice of bid award. Certificates of insurance are to be
addressed to the City of Fayetteville, showing that the contractor carries the following
insurance which shall be maintained throughout the term of the bid. Any work sublet,
the contractor shall require the subcontractor similarly to provide the same insurance
coverage. In case any employee engaged in work on the project is not protected under
Workers' Compensation, the Contractor shall provide, and shall cause each
subcontractor to provide, adequate employer's liability insurance for the protection of
such of his employees as are not otherwise protected.
Workers' Compensation:
Comprehensive General & Automotive Liability:
Property Damage Liability:
Statutory Amount
$250,000 each person.
$500,000 aggregate.
$100,000 aggregate.
*19. Public improvement bids with a total of $10,000 or more require a 5% bid bond and if
awarded, a 100% performance and payment bond to be submitted before notice to
proceed is given.
*20. Public improvement bids exceeding $20,000 or more require a contractor's license.
*21. The City shall pay Contractor based on unit prices indicated in contractor's bid
proposal. Progress payments will be made after approval and acceptance of work and
submission of invoice. Payments will be made approximately 30 days after receipt of
invoice.
*22. Contractor shall not assign his duties under the terms of this agreement. All work
shall be coordinated directly with the Project Manager, or their designee.
*Applies to construction public improvement projects only, unless otherwise noted.
•
•
Bid 98-95
III.C.3
INVITATION TO BID
BID #
98-95
DATE ISSUED:
, December 8, 1998
DATE AND TIME OF OPENING:
December 24, 1998, at 2:30 p.m.
BUYER: DATE REQUIRED: n
City of Fayetteville, AR As scheduled by Project Manager
1
F. O. B.
Fayetteville, AR
BUYER'S PHONE #
1501) 575-8289
GUARANTEED DELIVERY DATE:
ITEM #
DESCRIPTION 1 QUANTITY UNIT PRICE
TOTAL
1
PER ATTACHED SPECIFICATIONS:
Electronic Library Material Theft
1
Detection System as specified.
SUBCONTRACTORS:
100% Performance & Payment
Bond required on contracts of
$10,000 or more before notice
to proceed is given.
Project Manager to contact for
site visit is Ms. Louise Schaper
at 442-2242
5% BID BOND REQUIRED
WITH BIDS SUBMITTED OVER $20,000.
CONTRACTOR'S LICENSE#
PLEASE SUBMIT
ITEMIZED PRICING
EQUIPMENT INVOLVED.
FOR
Mandatory on bids S20,000
RESTRICTIONS OR EXCEPTIONS
TO THE BID MUST BE
or more.
NOTED:
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the
requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to
furnish these articles at the prices stated.
UNSIGNEDNAME
BIDS
OF FIRM: (PHONE:
FEDERAL ID#
WILL BE
REJECTED
BUSINESS ADDRESS: CITY AND STATE:
I ZIP:
AUTHORIZED SIGNATURE: (TITLE: 1DATE:
Bid 98-95
111:C.4
• •
SPECIFICATIONS
For an electronic library material theft detection system to be installed in the Fayetteville
Public Library, located at 217 E. Dickson Street, Fayetteville, Arkansas.
DESCRIPTION OF WORK:
The Fayetteville Public Library circulates over 300,000 items per year and has a collection
of over 130,000 items (including genealogy). In 1998 a study was completed that indicated
a 6% shrinkage of library inventory had occurred from mid-1997 to mid-1998. This
represents an approximately $55,000 loss in inventory in a one-year period.
Therefore, an electronic library material theft detection system specifically designed for
libraries and capable of providing the library with a durable, functional and reliable means
of stopping unauthorized removal of books, periodicals and AN materials is to be procured
and installed as soon as possible in early 1999.
Three single aisle 9.5Mhz radio frequency security systems are to be installed. One
system will be installed at the interior north entrance to the main library. The second
system will be installed at the interior south entrance to the main library. The third system
will be installed at the interior entrance to the children's library. At one main library
entrance system and at the children's library system, theater rope will be installed to
prevent patron bypass of the system.
Louise Schaper, Director or Cathy Rew, Finance Manager at (501) 442-2242 may be
contacted to answer questions or set up appointments for inspecting the areas where
systems will be installed.
The project consists of installing the three single aisle systems, peripheral equipment as
listed below, and training all management and staff in its use.
GENERAL REQUIREMENTS:
• Must be a 9.5Mhz radio frequency system; allow up to 5 foot aisle width; and require
no more than 1 foot clearance from metal. It must be equivalent in size, style, and
supplies and peripherals to Checkpoint's QS4000 XT. Equivalent system bids must
meet or exceed specifications of the Checkpoint QS4000 XT system and system
labels must be compatible with existing labels in the collection and those available
from Baker and Taylor, Inc. The City of Fayetteville will be the sole judge of whether
equivalent system bids meets specifications.
• Each bidder must provide bids for their most current models, supply information
regarding the systems area of detection, size of all components and power
requirements of all components.
• The detection system must not be harmful to, or interfere with the health or well-
being of our staff and community of users, or any prosthetic device they may be
using, e.g. hearing aids, pacemakers.
• A letter of certification guaranteeing compliance with these stipulations must be
• Bid 98-95
III.C.5
submitted with this bid by all bidders.
• The entire system shall be designed and installed in compliance with all A.D.A.
standards and requirements for the handicapped.
• The detection system shall not false alarm due to commonly carried or used items,
such as three ring binders, loose leaf binders, wire -bound notebooks, backpacks,
belt buckles, keys, etc.
• The detection system must detect treated items that have not been properly
checked out. The system will detect these items hidden under clothing, in
backpacks, briefcases, etc.
• If the bidding company uses a disclaimer (terms and condition of sale) on any
brochures, literature, product or contracts, a copy of this disclaimer shall be included
with this bid, accompanied with an explanation of why there is a need for such a
disclaimer.
COMPONENTS
A. Sensing monitors:
1. Radio frequency technology—detection system must be compatible with
existing labels in the library collection.
2. Overall dimensions: 63.5"H x 21.5"D x 3.5"W
3. Material—charcoal and white colored, ABS plastic
4. Floor mounted with two (2)'/2" cement lag bolts per monitor
5. Each monitor equipped with red alarm lights to provide visual and sounder for
audible alarm.
6. Aisle width expandable up to 60 in.
7. Weight – 22 lbs. per monitor.
B. Control module:
1. Housing 9"H x 5 3/8"D x 3 1/2" W
2. Weight 6 lbs.
3. Power on indicator light.
4. Primary power requires 110v. 50/60 HZ (grounded outlet)
DETECTION LABELS
Flexible, programmed tag laminated on one side with paper stock, pressure sensitive
adhesive coating on reversed side with siliconized release paper. Adhesive film coating
requires no moisture, heat or other preparation prior to or after application to clean dry
surfaces; will not discolor or lose adhesive or cohesive strength due to age. Its design
precludes loss of sensivity due to normal causes and phenomena. Available in several
standard printed formats or custom printing is available.
• The following quantities of detection devices are specified:
• 130,000 Date Due detection devices (2"x2")
• 20,000 Reference printed detection devices (2"x2")
• 1000 Bar code printed detection devices (1.5"x1.6") for CDs, periodicals,
equipment.
• 3000 "Be Kind Please Rewind" detection devices (1.5" x 1.6") for videos
Bid 98-95 •
0
LILC.6
OTHER LABELS AND SUPPLIES
• The following quantities of other labels and supplies are specified:
• 1000 "cover-up" labels to cover-up the detection circuit from view on CDs.
• 700,000 Date Due mini -tabs tabs to alter transmission characteristics of
previously sensitized items during circulation transactions. Upon removal during
the return transaction, protected items maintain their normal state of detectability.
• 2000 Video Check cards used for due dates and deactivation of detection label
on videocassette.
• Two printer dispensers with key pads used to print "due date" on date due tabs.
• Three programmable voice alarms--wall-mounted, external alarm,
programmable to repeat a personalized message to return to the circulation desk
when the system has been alarmed by an unauthorized removal.
• Two portable verifiers—lightweight hand-held electronic scanner used to pinpoint
location of concealed RF security targets causing system to alarm. Powered by
two 9 volt batteries that produce an audible tone when active RF label is within 7
inches.
• Three micro detachers for opening the safer boxes.
• Eight (8) cartons of CD safer boxes (total 800 plastic reusable security boxes).
• One carton of double CD safer boxes (total 140 plastic reusable security boxes).
• Theater cord: 1 post and one four foot section of cord
WARRANTY:
A warranty with at least one-year all-inclusive parts and labor from date of installation must
be included. A maintenance/service agreement must be available following the warranty
period. Installation and service will be performed by company trained employees only.
Local security companies that do not have experience in installing and servicing the system
that is being bid will not be accepted. Service calls will have a maximum forty-eight hour
response time and an 800 number will be available if service is required.
INSTALLATION AND TRAINING:
The Fayetteville Public Library will accept only turnkey installations, therefore all traffic
control items (i.e. post, railing, theater cord etc.) that are needed to insure proper traffic
flow will be listed, included in the bid price and installed by the bidding company.
The Library will provide standard 110 volt AC convenience outlet (non -dedicated) for the
detection equipment. The cost of any other special wiring required by the system must be
included in the bid. If additional items such as transformers etc. are required for satisfactory
performance of the system, the bidding company must list and include these items and
installation of these items in their bid price.
Installation and training must be at the convenience of the library staff. The successful
bidder must provide a written public relations program, training manual, product catalog
and provide personal training for key personnel in system operation, use and procedures
at the time of installation or within five working days of installation.
Bid 98-95
• 0 IILC.7
In addition to the above specifications, the following terms and conditions shall apply:
1. Scheduling: The project must be completed by February 15,1998.
2. Insurance: The successful bidder shall, during the term of the installation,
maintain statutory limits of workmens' compensation insurance, and public
liability insurance providing coverage for personal injury, death or property
damage in at least the minimum amounts of $50,000/$100,000/$100,000.
Contractor shall provide evidence of such coverage within 15 days of the bid
award. Bids totaling $20,000 or over require a bidder to have a contractors
license. A performance bond equaling the total amount of any bid exceeding
$10,000 must be provided for any contract for the repair, alteration or erection
of any public building, public structure or public improvement (pursuant to Act
351 of 1953 as amended by Act 539 of 1979).
3. Bids shall be good and firm for a period of 60 days from date of bid opening.
4. Sales tax shall be included in the bid and paid by the bidder.
5. The Library Director shall inspect the work and shall be the sole judge of
whether it meets specifications and has been properly installed.
6. Progress payments will be made after approval and acceptance of work and
submission of invoice. Payments will be made approximately 30 days after
receipt of invoice.
7. AN parts of the bid must be completed. Bids must be submitted on forms
provided by the City. Bids must be submitted in a sealed envelope clearly
marked on the outside of the envelope Bid No. 498-95.
8. All bid prices shall be FOB, 113 West Mountain Street, Fayetteville, Arkansas.
9. The City reserves the right to accept or reject any or all bids, waive informalities
in the bidding and make a bid award deemed to be in the best interest of the
City.
10. Bids will be received in Room 306, 3rd Floor, 113 W. Mountain, Fayetteville, AR
72701, until 2:30 p.m. December 24, 1998. Bids received after this date and
time will not be accepted.
Bid 98-95
III.C.8
• •
CITY OF FAYETTEVILLE, ARKANSAS
Terms and Conditions
1. All bids shall be submitted in a sealed envelope and must be submitted on forms
provided by the City.
2. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
3. Bidders shall include all applicable local, state, and federal sales tax in bid. The
responsibility of payment shall remain with the successful bidder.
4. Bids received after the date and time set for receiving bids will not be considered.
5. The City reserves the right to accept or reject any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City. The City
shall be able to purchase more or less than the quantity indicated subject to availability
of funds.
6. The bid price shall remain good and firm until project is completed.
7. All products delivered shall comply with applicable standards of quality.
8. Any exceptions to the requirements of the City of Fayetteville must be noted on the
Bid Form.
9. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the
furnishing of the items bid.
10. Each bidder shall state on the face of the bid form the anticipated number of days from
the date of receipt of an order for delivery of equipment and installation to the City of
Fayetteville.
11. Copy of the warranty shall accompany the bid, and any exceptions to the warranty
shall be clearly noted on the bid form.
12. Bidders must provide the City with their bids signed by an employee having legal
authority to submit bids on behalf of the bidder. The entire cost of preparing and
providing responses shall be borne by the bidder.
13. The City reserves the right to request any additional information it deems necessary
from any or all bidders after the submission deadline.
14. The request for bid is not to be construed as an offer, a contract, or a commitment of
any kind; nor does it commit the city to pay for any costs incurred by bidder in
preparation of bid.
•
. Bid 98-95
III.C.9
15. The City will not be responsible for misdirected bids. Vendor should call the
Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to
opening time and date listed on the bid form.
16. If products and/or components other than those described in this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. All requests for additional information must be received within five
working days following the request.
17. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306,
113 W. Mountain St. Fayetteville, AR 72701, on or before the time of closing listed
on the face of the bid.
*18. Public improvement bids with a total of 520,000 or more shall submit certificates of
insurance within 10 days of notice of bid award. Certificates of insurance are to be
addressed to the City of Fayetteville, showing that the contractor carries the following
insurance which shall be maintained throughout the term of the bid. Any work sublet,
the contractor shall require the subcontractor similarly to provide the same insurance
coverage. In case any employee engaged in work on the project is not protected under
Workers' Compensation, the Contractor shall provide, and shall cause each
subcontractor to provide, adequate employer's liability insurance for the protection of
such of his employees as are not otherwise protected.
Workers' Compensation:
Comprehensive General & Automotive Liability:
Property Damage Liability:
Statutory Amount
5250,000 each person.
$500,000 aggregate.
$100,000 aggregate.
*19. Public improvement bids with a total of $10,000 or more require a 5% bid bond and if
awarded, a 100% performance and payment bond to be submitted before notice to
proceed is given.
*20. Public improvement bids exceeding $20,000 or more require a contractor's License.
*21. The City shall pay Contractor based on unit prices indicated in contractor's bid
proposal. Progress payments will be made after approval and acceptance of work and
submission of invoice. Payments will be made approximately 30 days after receipt of
invoice.
*22. Contractor shall not assign his duties under the terms of this agreement. All work
shall be coordinated directly with the Project Manager, or their designee.
*Applies to construction public improvement projects only, unless otherwise noted.
CJ
chec#poht 9
December 18, 1998
City of Fayetteville
Room 306 3`' Floor
113 W. Mountain
Fayetteville, AR. 72701
RE: Bid 98-95
Dear Sir:
Thank you for your interest in Checkpoint Systems Inc.
Our business is Elecrronic Signatures'
Checkpoint has been protecting libraries from book loss since 1967. Checkpoint is the leading
manufacturer of radio frequency security systems in the world. We have over (125,000) installations
worldwide, that includes all types of library configurations. The advantages of Checkpoint and
Radio Frequency Systems are:
• Safe. No damage to wristwatches, credit cards, magnetic items (i.e. video cassettes, audio
cassettes, computer disks), or any other library material.
• Compatible, No EM! (Electro-Magnetic Interference). The Checkpoint Detection System
and all of its component parts arc completely compatible with Automated Circulation Systems,
their computer terminals or other component parts.
• Health Hazards. NONE. No interference with any medical devices such as heart pacemakers or
hearing aids.
• False Alarms. No false alarms for commonly carried items such three-ring binders, wiremound
notebooks, backpacks,. metal -rimmed briefcases, etc.
• Reliable. Lowest down time: i.e. fewest service calls in the industry.
• Unobtrusive. By far the most compact, modem looking, easily installed system.
• Labor Saving. The labor cost to install Checkpoint targets (detection tags) is less than half the
cost of installing magnetic targets. On the average, this adds 2.5 cents per target to those other than
Checkpoint.
Please contact Al Hamilton at 817-589-2440 for additional information or call 800-257-5540
ext. 3687 to leave a message.
Sincerely,
i
)Ica. -C4,
Barbara Mancuso
Library Customer Service
cc: Al Hamilton
Cl f I•:(:l�l'C)I \'I' S) S'CF NI5. 1�\(;.
101 Wolf Dove, P O. Box 188 • Thorofare, New Jersey 08086
__J
(609) 848-1800 • Fax (609) 41$-0937
C r9LMED
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of Jan 5, 1999
FROM:
Louise Schaper Library Public Works
Name Division Department
ACTION REQUIRED:
Award bid #98-95 - Library Book Detection System. S 7R
RE ►�
COST TO CITY:
$36,000 me
$ 36,000
Library
Book Detection System
Cost of this Request
Category/Project Budget
Category/Project
Name
4470-9470-5720-00
S
Account Number
Funds Used To Date
Program
Name
99006
$ 36,000
Sales
Tax Capital
Project Number
Remaining Balance
Fund
BUDGET REVIEW:
XX` Budgeted Item Budget
Adjustment Attached
*qe(!�Qo�rdinar
Administrative Services
Director
CONTRACT/GRANT/LEASE
REVIEW: GRANT
CYi
GtiQ J %2 - ,t o ,'
l� ___
Ac o` nti Ma ger
Date rnal Auditor
In e
Date
C y tt .r.
Date ADA Coordinator
Date
U +,.e
la -a$ 9g
Purchasing Officer
Date
STAFF RECOMMENDATION:
Staff recommends award of bid.
d � LL kv
Division Head Date
IZ -1B
D t nt Director Date
1 1st an a ServicesDirector Date
________ ji40
May r Date
Cross Reference
New Item: Yes No
Prey Ord/Res M:
Orig Contract Date:
C: \APP\99BUIX;F.T\T,IB_BK.AGA
Bid 98-95
III.C.1
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of Jan 5, 1999
FROM:
Louise Schaper Library Public Works
Name Division Deoartment
ACTION REQUIRED:
Award bid #98-95 - Library Book Dectection System.
COST TO CITY:
$36,000 me
Cost of this Request
4470-9470-5720-00
Account Number
99006
Project Number
BUDGET REVIEW:
$36, 000
Category/Project Budget
Funds Used To Date
$ 36,000
Remaining Balance
XX Budgeted Item
Adiminis
CONTRACT/GRANT/LEASE REVIEW:
Accounting Manager
City Attorney
Date
Date
Library Book Detection System
Category/Project Name
Program Name
Sales Tax Capital
Fund
Budget Adjustment Attached
GRANTING AGENCY:
Internal Auditor Date
ADA Coordinator
Purchasing Officer Date
STAFF RECOMMENDATION:
Staff recommends award o€ bid.
n lZ(.. kb
Division Head Date Cross Reference
Department Director Date
Administrative Services Director Date
Mayor
Date
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
Date
C:\APP\99BUDGST\LIB_BK.AGA
To: Charles Venable, Public Works
From: Louise Schaper, Library
Subject: Book detection system bid
Date: December 28, 1998
The purpose of this letter is to explain the book detection system bid. Below I outline the
main points that may need to be addressed:
Technology used. In the original CIP request for a book detection system prepared
by the Library, we requested a magnetic system. After the CIP request was approved
we learned that a magnetic system would not work because of the metal door
frames and the layout of the doors in relation to computers and other furnishings.
Thus, we have had to use a system based on radio frequency. This is a good thing as
the whole detection system industry is moving to radio frequency, but it cost more
than the magnetic system.
II. Sole source vendor. The vendor, Checkpoint, is the sole source of radio frequency
based detection systems for libraries. The actual frequency used for libraries is 9.5
MHZ; this is different than the frequency used for retail or office building systems.
Therefore, all the supplies needed by libraries to make the system function (the
labels and tabs) are geared for 9.5 MHZ. The only other vendor of library detection
systems is 3M and they only do magnetic systems at this time.
Ill. The bid. The bid is higher than the $36,000 approved in the CIP. The sales tax was
figured incorrectly and will be redone by the vendor. Also, we will remove the voice
alarms (-$1530.00 plus 561.74 in sales tax). That brings it down to 537,118. We are
negotiating the rest of the difference at this time.
If you have any questions, please do not hestitate to contact me.
Louise Schaper
� YETTEVIUF
. 4 PUBLIC
UBRARY
217 E. Dickson Street Fayetteville. AR 72701 (501) 442-2242 voice (501) 442-5723 fax
*;a
S
To: Charles Venable, Public Works
From: Louise Schaper, Library
Subject: Book detection system bid
Date: December 28. 1998
The purpose of this letter is to explain the book detection system bid. Below I outline the
main points that may need to be addressed:
Technology used. In the original CIP request for a book detection system prepared
by the Library, we requested a magnetic system. After the CIP request was approved
we learned that a magnetic system would not work because of the metal door
frames and the layout of the doors in relation to computers and other furnishings.
Thus, we have had to use a system based on radio frequency. This is a good thing as
the whole detection system industry is moving to radio frequency, but it cost more
than the magnetic system.
Sole source vendor. The vendor, Checkpoint, is the sole source of radio frequency
based detection systems for libraries. The actual frequency used for libraries is 9.5
MHZ; this is different than the frequency used for retail or office building systems.
Therefore, all the supplies needed by libraries to make the system function (the
labels and tabs) are geared for 9.5 MHZ. The only other vendor of library detection
systems is 3M and they only do magnetic systems at this time.
Ill. The bid. The bid is higher than the $36,000 approved in the CIP. The sales tax was
figured incorrectly and will be redone by the vendor. Also, we will remove the voice
alarms (-$1530.00 plus $61.74 in sales tax). That brings it down to $37,118. We are
negotiating the rest of the difference at this time.
If you have any questions, please do not hestitate to contact me.
Louise Schaper
1' ' FAYETTEVILLE
4 D• PUBUC
. �• LIBRARY
••• ■
'I"..
217 E. Dickson Street Fayetteville, AR 72701 (501) 442.2242 voice (501) 442-5723 fax
Bid 98-9S
III.C.2 •
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Charles Venable, Public Works Director
From: Louise Schaper, Library Director
Re: Award of bid for Library Book Detection System
Date: December 18, 1998
I request that the Library Book Detection System bid award be placed on the January 5, 1999 City
Council agenda. The bids have been advertised and will be opened on December 24, 1998. The
bid tabulation will be available for distribution to City Council at the City Council agenda session
scheduled for December 29.
C:\APP\99I3UDGET\L1BBK M EM
FA YE TTE VILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Charles Venable, Public Works Director
From: Louise Schaper, Library Director
Re: Award of bid for Library Book Detection System
Date: December 18, 1998
I request that the Library Book Detection System bid award be placed on the January 5, 1999 City
Council agenda. The bids have been advertised and will be opened on December 24, 1998. The
bid tabulation will be available for distribution to City Council at the City Council agenda session
scheduled for December 29.
C:\APP\9)BUDGET\I.1B_RK, MEM
A �� CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2P061(0412009
PRODUCER 877-945-7378
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Willie of Pennsylvania, Inc.
26 Century Blvd.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. 0. Box 305191
Nashville, TN 37230-5191
INSURERS AFFORDING COVERAGE
NAIC#
INSURED Checkpoint Systems, Inc.
INSURERA: American Home Assurance Company
19380-001
DBA Pennsylvania Checkpoint Systems, Inc.
8180 Upland Circle
INSURERB:Travelers Property Casualty Company of Am
25674-008
INSURERC:Navigators Insurance Company
42307-001
Chanhassen, MN 55317
INSURER D:Travelers Indemnity Company
25658-001
INSURER E:
I
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
DD'
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATIONpj
LIMITS
A
GENERAL LIABILITY
GL0912650
6/1/2009
6/1/2010
EACHOCCURRENCE
$ 1,000,000
COMMERGIALGENERALLIABILITY
CLAIMS MADE OCCUR
PREMISESOEaoccurence
$ 1,000 • 000
MED EXP (Any one parson)
$ 10 000
PERSONAL&ADVINJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG
$ 2 000, 000
PRO X LOC
M"POLICNE0
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
TC2JCAP824K1340TTL09
6/1/2009
6/1/2010
COMBINED SINGLE LIMIT
(Ea accident}
$ 1,000,000
BODILY INJURY
(Per person)
$
ALLOWNEDAUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY-EAACCIDENT
S
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
C
EXCESSIUMBRELLALIABILrrY
NY09UMR610936NV
6/1/2009
6/1/2010
EACHOCCURRENCE
$ 5,000,000
$ OCCUR LIICLAIMSMADE
AGGREGATE
$ 5,000,000
$
DEDUCTIBLE
$
RETENTION $
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y! N
ANYPROPRIETOR/PARTNERJEXECUTIVE�
TC2K823K847609
TRJQH824K133909
6/1/2009
6/1/2009
6/1/2010
6./1/2010
X wcsTATU- OTH
ill
E.L. EACH ACCIDENT
$ ,000,000
OFFICER/MEMBER EXCLUDED?
_
E.L. DISEASE- EA EMPLOYEE
$ 1 000 000
(Mandatory In NH)
If yes, describe under
SPECIAl. PROVISIONS below
E.L. DISEASE.POLICY LIMIT
$ 1 000 000
OTHER
DESCRIPTION OF OPERATIONS/ LOCATIONS! VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS
Evidence of Insurance
VGn I lrryPI u nVLYCf
City of Fayetteville
Room 306 3rd Floor
113 E. Mountain
Fayetteville, AR 72701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL. 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
ACORD 25(2009101) Coll:2718409 Tp1:936577 Cert:12613273 ®1988-2009ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Page 2 of 2
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
AC0RD25(2009/01) Co11:2718409 Tp1:936577 Cert:12613273
A o® CERTIFICATE OF LIABILITY INSURANCE
I DATE
F06/04/2010
page 1 of 2
PRODUCER 877-945-7378
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Willis of Pennsylvania, Inc.
26 Century Blvd.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. O. Box 305191
Nashville, TN 37230-5191
INSURERS AFFORDING COVERAGE
NAIC#
INSURED Checkpoint Systems, Inc.
INSURERA: National Union Fire Ins. Co. of Pittsburg
19445-003
DBA Pennsylvania Checkpoint Systems, Inc.
8180 Upland Circle
INSURERS: Travelers Property Casualty Company o€ Am
25674-008
INSURERC:Navigators Insurance Company
42307-001
Chanhassen, MN 55317
INSURERD: Travelers Indemnity Company
25658-001
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
iTe
DD'
TYPEOFINSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE DD Y
POLICY EXPIRATION
DATE
LIMITS
p,
GENERAL LIABILITY
GL2264713
6/1/2010
6/1/2011
EACHOCCURRENCE
$ 1,000,000
COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
PREMISES Ea ocurenceI
$ 1 000 000
MEDEXP{Any one person)
$ 10,000
CLAIMS MADE I X l OCCUR
PERSONAL&ADVINJURY
$ 1 00Q 000
GENERAL AGGREGATE
$ 2,000, 000
GEN'L AGGREGATE LIMIT APPLIES PER7
PRODUCTS. COMP/OP AGG
$ 2,000, 000
X POLICY JEF LOC
B
AUTOMOBILE
LIABILITY
ANY AUTO
TC2JCAP824K1340T1L10
6/1/2010
6/1/2011
COMBINED SINGLE LIMIT
(Ea accident)
X
BODILYINJURY
(Per person)
$
ALLOWNEDAUTOS
SCHEDULED AUTOS
BODILY INJURY
(Peraecident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTYDAMAGE
(Peraccident)
$
GARAGE LIABILITY
AUTO ONLY - EAACCIDENT
$
OTHERTHAN EAACC
$
ANYAUTO
$
AUTO ONLY: AGG
C
EXCESSIUMBRELLALIABIL.ITY
PH10LUMR610936IV
6/1/2010
6/1/2011
EACHOCCURRENCE
$ 5,000,000
X OCCUR CLAIMSMADE
AGGREGATE
$ 5 000,000
$
HDEDUCTIBLE
$
RETENTION $
D
S
WORKERSCOMPENSATION
AND EMPLOYERSLIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE7
TC2K823K847610
TRJUB824K133910
6/1/2010
6/1/2010
6/7 /2011
6/1/2011
X ORYLIMITS ER
E.L. EACH ACCIDENT
$ 1,000,000
OFFICERIMEMBER EXCLUDED? LJ
(Mandatory in NH)
E.L. DISEASE - EA EMPLOYEE
$ 1 000 000
It yes. describe under
SPECIAL PROVISIONS below
E.L. DISEASE- POLICY LIMIT
$ 1 000, 000
OTHER
DESCRIPTION OF OPERATIONS! LOCATIONS/ VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Evidence of Insurance
I►-JKa■IIY1'T�ll'iuLLJ RAJ -I.'
City of Fayetteville
Room 306 3rd Floor
113 E. Mountain
Fayetteville, AR 72701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
ACORD25(2009/01) Co11:3033891 Tp1:1097849 Cert:14278140 @1988-2009ACORDCORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Page 2 of 2
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
ACORD25(2009/01) Co11:3033891. Tp1:1097849 Cert:14278140