request for proposal · connie stewart, c.p.m. ucdhs purchasing department email:...

27
\ Request For Proposal Windows 7 Upgrade - Services Request for Proposal #12-430400-cs Date Issued: 8/24/12 Mandatory Q&A Meeting at UCDHS: 8/30/12 Due Date: 9/10/12 by 3:00 PDT Submitted by the University of California Davis Health System This RFP is also available at: http://www.ucdmc.ucdavis.edu/matmgt/ All questions regarding this RFP should be directed to: Connie Stewart, C.P.M. UCDHS Purchasing Department Email: [email protected] Phone: (916) 734-7034 Questions should not be directed to any other University departments or staff. Material or substantive information provided to any bidder, as a result of questions received, will be provided to all bidders via an addendum to this RFP.

Upload: others

Post on 14-Jul-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

\

Request For Proposal

Windows 7 Upgrade - Services

Request for Proposal #12-430400-cs

Date Issued: 8/24/12 Mandatory Q&A Meeting at UCDHS: 8/30/12

Due Date: 9/10/12 by 3:00 PDT

Submitted by the University of California

Davis Health System

This RFP is also available at: http://www.ucdmc.ucdavis.edu/matmgt/

All questions regarding this RFP should be directed to: Connie Stewart, C.P.M. UCDHS Purchasing Department Email: [email protected] Phone: (916) 734-7034

Questions should not be directed to any other University departments or staff. Material or substantive information provided to any bidder, as a result of questions received, will be provided to all bidders via an addendum to this RFP.

Page 2: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

1

INTRODUCTION

University of California at Davis Health System Profile The UC Davis Health System (UCDHS) provides an organizational framework that enables UC Davis to fulfill its teaching, research, patient-care and public service missions. UCDHS delivers primary, secondary and tertiary care throughout inland Northern California; and, from both a medical and a financial standpoint, UCDHS has a wide-ranging impact on the Sacramento area and the region. UCDHS consists of the UC Davis School of Medicine, the UC Davis School of Nursing, the UC Davis Medical Center and Children’s Hospital and the UC Davis Medical Group. The organization has over 10,000 faculty and staff, including over 1,300 physicians and 1,500 registered nurses. UC Davis Medical Center (UCDMC) is located on 140 acres in central Sacramento, just three miles from the State Capitol, and was established in 1973 by the Regents of the University of California. It is inland Northern California's only academic medical center and Level I trauma center. It includes a 530-bed, fully accredited hospital that serves as the main clinical educational site for the UCDSOM and is the main tertiary care referral center for a 33-county area of more than six million residents. Each year, UCDMC admits more than 30,000 patients, while its emergency room and 100-plus specialty and primary care clinics log more than 800,000 outpatient visits. The UC Davis Medical Group (UCDMG) is the clinical/medical staff component of the UC Davis Health System. The Medical Group began as a primary care extension of the Medical Center’s hospital-based clinics in 1994. It now includes all medical staff, consisting of approximately 114 primary care physicians and more than 500 specialists serving patients in 13 communities throughout northern California. As the only provider of many specialty and sub-specialty services in inland northern California, UCDMG serves a diverse patient population. Just over one-half of our outpatient population is classified as Caucasian, the balance being largely Hispanic, African American, southeast Asian and Russian. On-site interpreters provide interpreting services in approximately 20 languages. The UC Davis School of Medicine (UCDSOM) is located seventeen miles west of UC Davis and was founded in 1966. The school now accepts ninety-three entering students each year and also provides advanced postgraduate training in numerous medical and surgical specialties through its twenty-four accredited residency and internship programs. Research is a major emphasis of the UCDSOM, with scientists and physicians conducting more than three hundred research and development projects at any given time. Faculty physicians provide patient care at UCDMC and several other affiliated hospitals and clinics in addition to conducting their teaching and research activities. The Betty Irene Moore School of Nursing (BIMSON) was launched in 2010 with an unprecedented $100 million commitment from the Gordon and Betty Moore Foundation to establish a new school of nursing at UC Davis. The $100 million grant, announced in 2007, is the largest grant to any school of nursing in the country. BIMSON aims to foster nursing excellence through a comprehensive educational model that incorporates scientific rigor and immersive, inter-professional education for its students. The UC Davis Health System Information Technology (IT) Division supports fully integrated information technology services across the UC Davis Health System for all organizational missions (clinical care, research, education, and community engagement). The division has over 360 staff representing all technology competencies. IT staff manage a large and sophisticated technology infrastructure that includes; 2 data centers, over 1,000 servers running a variety of operating systems, 12,000 client computers, 2,500 network attached printers, over 100 interfaces, storage area networks, and a large IP network with integrated voice and data transmissions. IT supports over 385 major software applications in production use.

Page 3: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

2

IT utilizes a modern interface engine (Ensemble), multiple advanced security technologies, and the HP OpenView system to manage IT assets, the technology service process, and technology probes & monitors. The division provides technology customer support to UCDHS via a 24 hour x 365 day modern technology operations center that receives over 6,000 customer service requests per month. In partnership with UCDHS clinicians and operational staff; IT has deployed the Epic electronic health record (EHR) and the tethered personal health record (PHR) in support of all UCDHS clinical encounters (inpatient, ED, ambulatory, and home health). IT supports a growing number of research applications and databases and was among the first organizations in the country to integrate Epic EHR clinical content with the NIH funded i2b2 cohort discovery application. The division provides informatics and technology support for the UC Davis Clinical and Translational Science Center (CTSC); including almost 200 research databases supporting many types of clinical research. The IT division is a national leader in academic healthcare IT, has deployed all federally mandated ePrescribing interfaces, achieved 94% inpatient CPOE, and supports patient clinical data exchange with other healthcare providers in the community. GENERAL INFORMATION Vendor Inquiries Inquiries regarding this RFP will be answered at the Mandatory Meeting to be held 8/30/12: UC Davis Health System Administrative Support Bldg 2450 48th Ave Sacramento, CA 95817 Room 1875 Sign-in at 8:15 Meeting from 8:20 - 10:00 am Prior to the Mandatory Meeting, if you have any comments or questions, these must be received by 3:00 pm Pacific Time on 8/29/12. Questions must be via email to the UCDHS contact person listed below:

Connie Stewart, C.P.M. UCDHS Purchasing Department 4800 2nd Avenue, Suite 3010 Sacramento, CA 95817 E-mail: [email protected] Phone: (916) 734-7034 Fax: (916) 734-7791

Proposal Submittal Instructions Each Bidder is required to submit proposal by email OR one (1) original hard copy + one (1) copy, along with supporting materials information as requested. Proposal responses must be mailed or hand delivered to:

Page 4: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

3

UCDHS Purchasing Department 4800 2nd Avenue, Suite 3010 Sacramento, CA 95817 RFP #12-430400-cs

All proposals must be emailed to Connie Stewart at email address above and must be RECEIVED in the UCDHS email inbox no later than 3:00 PM, PDT ON 9/10/12. Or, if submitted by hardcopy, all proposals must be received in the UCDHS Purchasing Department no later than 3:00 p.m. PDT on 9/10/12. UCDHS Purchasing Department will not accept proposals received after the due date and time. NOTE: YOUR PROPOSAL MUST INCLUDE A RESPONSE TO EVERY QUESTION AND SECTION THAT REQUESTS INFORMATION. REFER TO THE SECTION AND ITEM NUMBER (i.e.: Functional Requirements) IN YOUR RESPONSE.

Page 5: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

4

Schedule of Events Event Date Release of Request for Proposals 8/24/12 Mandatory Q&A Meeting 8/30/12 UCDHS Response to any remaining questions to be posted by 4 pm Pacific Time 8/31/12 Receipt of Bidders’ Proposals by 3 PM Pacific Time 9/10/12 Award of Contract 9/14/12 Purpose of this RFP This RFP is seeking a vendor proposal to provide a fixed price proposal for labor and transportation to support the survey and deployment activities of Windows 7 in the timeline provided. Project Background UC Davis Health System (UCDHS) is currently undergoing an initiative to deploy Windows 7 to approximately 14,000 PCs across the environment. The first phase of this project is to deploy Windows 7 to approximately 3,000 PCs configured primarily for access to Citrix. These machines present less of a challenge for application compatibility since locally installed software is limited. UCDHS will provide the standard image and deployment process for the deployment team to follow. These phases are expected to be completed by May 31, 2013, but have milestone deadlines and are broken down in the Project Timeline Expectations area. Schedule UCDHS Windows 7 Site Survey and Hardware replacement project has provided an expected start date of September 17, 2012 with work to be completed by May 31, 2013. We are seeking the necessary labor resources to complete the project within the project timeframes below.

The following overviews are based upon UCDHS experiences in providing these services as part of insourced activities.

Discovery Services Expectations Vendor will Site Survey and do a complete discovery of all desktops and laptops in the UCDHS enterprise. Sites will include the Patient Care Network (PCN), Hospital Based Clinics (HBC), Research Clinics, Administrative Areas, and the Hospital.

• Survey form will need to be completed for each device and location (Example attached) • Electronic excel workbook of results of all surveys to be delivered to UCDHS • Site Survey Forms will be entered into proprietary UCDHS database

These surveys shall be completed during and after normal business hours.

Page 6: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

5

Deployment Planning Prepare the necessary equipment for deployment of new hardware rollout or upgrade hardware throughout the enterprise. UCDHS will provide all tools to support the upgrade. This includes creation of deployment cut sheets that detail specific work streams that include the following:

• Replacement of a Wireless Cart • Replacement of a Wall Mounted Desktop Workstation • Replacement of an Arm Mounted Workstation Monitor • Replacement of a Laptop • Re-image workstation at designated location with New Windows 7 Standard

There will be logistics related to loading\unloading equipment. UCDHS will supply proper tools to uninstall or assemble equipment. Implementation Deployment Services Expectations Preparation for Deployment Vender shall receive equipment from the UCDHS IT Department and include verification of quantities, model numbers, and serial numbers against shipping paperwork. Turn over documentation to the UCDHS IT Department* on discrepancies, including damaged or missing equipment to UCDHS management for resolution with hardware suppliers. • Unbox equipment • Assemble equipment • Verify peripheral quantities (i.e. cables) • Load UCDHS-provided image on the workstation or laptop (includes BIOS updates), if not

loaded at manufacturer • Burn-in hardware and software for a predefined and agreed upon period of time • Verify hardware function and software using test scripts provided by UCDHS to identify ‘DOA’

equipment • Tag and inventory all equipment with asset tags, including entry / verification of serial number(s)

in UCDHS inventory system • Log asset number on supplied checklist • Prepare equipment for deployment • Prepare deployment summary documents • Prepare re-imaging tools(thumb drives provided by UCDHS) Supplier and UCDHS will be expected to work together to develop a list of escalation procedures, resources, and points of contact for those circumstances that require additional instruction or direction. * Note: This is meant to clarify that all equipment will be ordered by UCDHS Purchasing and processed through the usual Receiving process through the High Risk cage so that the Eclipsys system tracks the PO placement and receipt of equipment. The vendor selected will not actually process the receipt but will use a list provided by the IT department to match against equipment provided to them. Asset Management

Page 7: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

6

In addition to the asset management activities outlined above in Deployment Services Exceptions Section, the following activities may be required of service suppliers: • Provide an electronic file containing details of all deployment activities to include serial numbers,

quantities. • Help support coordination of all PC/Desktop asset movement (with the UCDHS’s approval) Delivery and Installation • Coordinate with UCDHS, prior to on-site arrival, to gather necessary end user information to

perform delivery and installation services. UCDHS designated staff will make direct contact with end users to support all installations.

• Arrive at install site on scheduled date and time (in accordance with UCDHS’s implementation plan)

• Unpack and install new equipment • Connect all required components, cables, and power connections • Configure printers with network addresses per UCDHS supplied documentation • Confirm asset tag numbers, serial numbers, and property tags between actual equipment and

work order • Ensure that all equipment is ready for use. Perform system testing to verify:

• Hardware and software is functioning properly • Verification of connection to standalone or networked printer • LAN/ WAN connectivity • Map network drives • Pre-set internet, ensure proxies are set-up

• Set any local environmental variables, for example terminal emulation, MIF files, etc. • Verification of the Image Load / software distribution after connection to the network to insure

that applications installed on the PC match those on the work order for each user • Configure workstations to connect to UCDHS’s network • Test new equipment using scripts, routines and checklists provided by UCDHS • De-install (disconnect and box equipment) and move existing equipment to designated area

(common pick up area) • Record asset tag and serial number information for all de-installed equipment • Provide brief desk-side user orientation on new equipment (not training) • Remove trash to designated area • Call installation deployment coordinator to report install complete • Submit completed work order to installation coordinator for data entry, reporting, and call closure

in work order system • When site difficulties and delays are encountered, supplier will be expected to interact with

UCDHS personnel to resolve problems. These interactions are essential as both supplier and UCDHS staff performance with regard to PCs, software, and user support during migrations will be measured

• Supplier and UCDHS staff will be expected to work together to develop a list of escalation procedures, resources, and points of contact for those circumstances that require additional instruction or direction

• Equipment failures after installation will be the responsibility of UCDHS’s defined maintenance provider and managed as a warranty repair

• Coordinate with UCDHS project manager and management on development of implementation schedule

Page 8: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

7

• Provide regular updates on delivery and installation status as required in UCDHS’s implementation methodologies

• Provide “sign-off” on tasks as they are completed in conjunction with UCDHS project manager • Comply with local rules and regulations in various jurisdictions such as code, compliance, fire

and safety • Vendor will be required to reimage hardware in place based on survey information Vendor Staff will need to be available for 2 business days for post go-live support Quarantine and Disposition Facilitation Vendor will provide unloading/loading services to support both deployment and disposition of old equipment UCDHS will supply proper tools to uninstall or assemble equipment. Evaluation Criteria UCDHS will evaluate each Qualifying Proposal based on the degree to which it complies with UCDHS's requirements, as articulated in this RFP. The primary categories to be evaluated are: (1) Scope and Solution, including whether Vendor accepted the scope of services presented in this RFP, meet the solution requirements and constraints, and proposes an appropriate development plan, mitigates risks, and delivers value added components. (2) Pricing, including whether Vendor provides a cost effective pricing methodology. (3) Timeline; Vendors ability to detail exceed aggressive timelines of completion for the project.

1. Scope of Solution 30% 2. Pricing 35% 3. Vendor Timeline 35%

This Section contains the functional requirements for the UC Davis Health System Clinical Windows 7 Replacement initiative. The information in this section is intended to aid the Vendor in evaluating the requirements, and in preparing its Proposal in response to this RFP accordingly. Project Timeline Expectations:

Site Survey

Site Surveys are done during business hours. These activities will be coordinate around UCDHS staffing needs.

Here are the expedited timelines that will need to be met:

PCN Site Survey must be completed by 10/23/12 HBC Site Surveys must be completed by 11/21/12 Hospital Site Surveys must be completed by 12/21/12

Page 9: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

8

Administration Site Surveys must be completed by 03/21/13 Research Site Surveys must be completed by 05/17/13

Reimaging and Deployment Reimaging and deployments are done after business hours and weekends for the duration of the project. Here are the expedited timelines that will need to be met:

PCN are to be completed by 12/14/12 HBC are to be completed by 02/11/13 Hospitals are to be completed by 04/10/13 Cleanup/Exceptions are to be completed by 05/01/13

UCDHS Windows 7 Project Staff Roles Qty (1) UCDHS provided Project Manager Qty (1) UCDHS provided Deployment Coordinator Qty (2) UCDHS provided Site Foreman’s

• UCDHS staff will devote the resources required and provide access to systems in a manner which allows completion of tasks to support the timeline.

• Software media is stored in a location accessible from all sites and detailed instructions will be provided to vendor technicians for reinstallation of any required software. Process documents will be made available to support this activity.

• Vendor will responsible for transportation of all vendor staff to remote Patient Care Network, HBC’s, Hospitals, Administration, and Research locations that will be in scope for this project. (The farthest location is 100 miles one way.)

• Vendor will provide Lead staff for escalation of any process or employee issues. • Vendor will ensure that all vendor staff have UCDHS medical clearances prior to have staff

work onsite Vendor Resource, Service, and Implementation requirements: Description Notes

1.0 PLANNING Notes

1.1 Develop calendar and validate the deployment dates and facilities

1.2 Create workbooks to cover a month's worth of activities (1 workbook=1 day of activity)

1.3 Vendor PM communicates deployment plan to IT Leadership

2.0 DISCOVERY( UCDHS may provide primary surveys to meet Divisional Goals) Notes

2.1 Cut sheet prepared divided by floor and department

2.2 Meet with facility administrator/manager to review deployment, arrange for access(UCDHS may provide resource)

2.3 Review printer locations that require mapping per dept.

Page 10: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

9

2.4 Build out cut sheets with available information

2.5 Create deployment schedule groups

3.0 RECEIVING NEW PCs FROM UC Davis Logistics Coordinator Notes

3.1 Receive equipment from Internal UC Davis Health System Process/Employee

3.2 Receive equipment in Asset Manager and update inventory

3.3 Unbox equipment

3.4 Dispose of packing materials

4.0 BUILDING NEW PCs(includes building 410 Wireless Carts) Notes

4.1 Load workstation base image for schedule group(image will be provided by UCDHS)

4.2 Install any packaged software per discovery cut sheet

4.3 Consolidate systems and peripherals for transport to deployment location (place on wireless carts)

5.0 TRANSPORT NEW PCs TO DEPLOYMENT LOCATION( UCDHS will provide this Service)

5.1 Schedule pickup of carts from imaging location

5.2 Transport carts to deployment location (facility)

5.3 Update Asset Manager and all Inventory Systems

6.0 DEPLOYMENT Notes

6.1 QA systems using assessment information and ensure they are ready to be deployed

6.2 Update UC Davis Health System Inventory systems with location information

6.3 Move equipment to department staging area

6.4 Inventory carts to confirm all equipment needed is present

6.5 Notify Security of arrival for deployment and prep for accessing secure areas

7.0 DEPLOY NEW PC Notes

7.1 Move PC to new location

7.2 Verify the old PC is on the deployment plan

7.3 Verify the new PC is on the deployment plan

7.4 If external data drive is used for data transfer, extract data from PC using external drive

7.5 Release IP address on old PC

7.6 Shutdown old PC

7.7 Unlock old PC

Page 11: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

10

7.8 De-cable old PC

7.9 Remove old PC

Place new PC in same location as old PC

Install Security Cable on new PC, using approved cable management method

Turn on new PC

Migrate predetermined settings from discovery information to new PC

8.0 DEPLOY NEW Monitor Notes

8.1 Unlock old Monitor

8.2 De-cable old Monitor

8.3 Remove old Monitor

8.4 Place new 24" Monitor in same location as old Monitor

8.5 Install Security Cable on new Monitor, using approved UCDHS cable management method and lock

8.6 Turn on new Monitor

9.0 QA NEW PC - Ensure the following is true Notes

9.1 PC powers on

9.2 PC has network connectivity

9.3 PC can print to default printer

9.4 Verify functionality from QA check sheet(example provided)

9.5 Ensure appropriate label templates are on keyboard/Monitor/Desktop

9.6 Ensure migration of unique PC data from discovery information is complete

10.0 COMPLETE DEPLOYMENT Notes

10.1 Clean up old PC (remove labels, etc.)

10.2 Return user's workspace to its former condition (prior to start of deployment)

10.3 Secure new PC with cable lock

10.4 Remove old PC, any packing materials or trash created, tools

10.5 If customer is available - have them log in and verify PC is functioning correctly

10.6 Leave day-after support document

11.0 DAY AFTER SUPPORT Notes

11.1 Contact all users that were deployed

11.2 Verify that all applications are functioning correctly

11.3 Verify that user can print to all printers necessary

11.4 Verify that user has access to all mapped drives required

11.5 Verify that user has all data (including archives)

Page 12: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

11

11.6 Provide users with process to follow to obtain support for new PC

12.0 QUARANTINE OLD EQUIPMENT Notes

12.1 Load carts with old PCs and prepare for transfer to quarantine location

Locations

Department PCN – (Survey Completed by 10/23/12 - Deployment and Upgrade Completed by 12/14/12) Auburn Bell - 3200 Bell Road, Auburn, CA 95603 Auburn Professional - 3111 Professional Drive, Auburn, CA 95603 Carmichael - 7551 Madison Avenue, Citrus Heights, CA 95610 Davis Covell - 2660 W. Covell Blvd. Suites B & C, Davis, CA 95616 Elk Grove - 8110 Laguna Blvd., Elk Grove, CA 95758 Folsom 1370 Prairie City Rd - 1370 Prairie City Rd., Folsom, CA 95630 Folsom Turnpike 68 Specialty - 271 Turn Pike Drive, Folsom, CA 95630 Folsom Turnpike 162 - 251 Turn Pike Drive, Folsom, CA 95630 FSSB – 4800 2nd Avenue, Sacramento, CA 95817 J Street Clinic Sports Medicine - 2825 J Street, Ste. 300, Sacramento, CA 95816 Natomas – 2400 Del Paso Road, Suite 145, Sacramento, CA 95845 O Street - 2000 O Street, Suite 210, Sacramento, CA 95814 Placer Health - 550 West Ranch View Road, Suite 1100, Rocklin, CA 95765 Rancho Cordova - 11000 Olson Drive, #100B, Rancho Cordova, CA 95670 Rocklin - 550 West Ranch View Road, Suite 1100, Rocklin, CA 95765 Roseville 143 - 2261 Douglas Blvd., Roseville, CA 95661 VA – 10535 Hospital Way, Sacramento, CA 95655

Department

HBC – (Survey Completed by 11/21/12 - Deployment and Upgrade Completed by 02/11/13) Ambulatory Care Center - 4860 Y Street, Suite 1500, Sacramento, CA 95817 Bulkley – 1508 Alhambra Blvd, Sacramento, CA 95816 Cadillac Drive – 77 Cadillac Drive, Suite 101, Sacramento, CA 95825 Cancer Center - 4501 X Street Avenue, Suite 103, Sacramento, CA 95817 Cannery – 3301 C Street, Suite 100 & 301, Sacramento, CA 95816 Cypress - 2221 Stockton Blvd, Sacramento, CA 95817 Glassrock & UPA - 2521 Stockton Blvd, #4100, Sacramento, CA 95817 Jackson 4 (Cares) – 3671 Business Drive, Sacramento, CA 95820 Same Day Surgery Center – 4825 2nd Avenue, Sacramento, CA 95817 Hospital – (Survey Completed by 12/21/12 - Deployment and Upgrade Completed by 04/10/13) Davis Tower – 2315 Stockton Blvd, Sacramento, CA 95817 Main Hospital – 2315 Stockton Blvd, Sacramento, CA 95817

Page 13: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

12

Pavilion – 2315 Stockton Blvd, Sacramento, CA 95817

Department Admin – (Survey Completed by 03/21/13) AMBCO – 4430 2nd Avenue, Sacramento, CA 95817 Alhambra Cannery – 1651 Alhambra Blvd, Sacramento, CA 95816 ASB – 2450 48th Street, Sacramento, CA 95817 Broadway – 4900 Broadway, Sacramento, CA 95820 Davis 1 – 2360 Stockton Blvd, Sacramento, CA 95817 Davis 2 – 2420 Stockton Blvd, Sacramento, CA 95817 Davis Temp – 563 Tercero Hall Circle, Davis, CA 95616 Dispatch – 4200 V Street, Sacramento, CA 95817 Educational Building – 4610 X Street, Sacramento, CA 95817 Fitness Center – 2501 Stockton Blvd, Sacramento, CA 95817 Fleet Service – 2800 49th Street, Sacramento, CA 95817 Grange – 2103 Stockton Blvd, Sacramento, CA 95817 Home Health – 3630 Business Drive, Sacramento, CA 9520 House Staff Building – 2233 Stockton Blvd, Sacramento, CA 95817 Imaging Center – 4701 X Street, Sacramento, CA 95817 Jackson 2 – 3700 Business Drive, Suite 130, Sacramento, CA 95820 Jackson 3 - 3560 Business Drive, Suite 130, Sacramento, CA 95820 Jackson 5 - 3671 Business Drive, Suite 130, Sacramento, CA 95820 Medical Records Building – 4010 V Street, Sacramento, CA 95817 Medical Support Services - 4400 V street, Sacramento, CA 95817 MIND – 2805 50th Street, Sacramento, CA 95817 Patient Support Services - 4150 V Street, Sacramento, CA 95817 Sherman – 2300 Stockton Blvd, Sacramento, CA 95817 Surge 1, 2, 3 – 550 Hutchison Drive, Davis, CA 95616 Ticon I – 2000 Stockton Blvd, Sacramento, CA 95817 Ticon II – 2516 Stockton Blvd, Sacramento, CA 95817 Ticon III – 2730 Stockton Blvd, Sacramento, CA 95817 Trailer – 4430 V Street, Sacramento, CA 95817 Warehouse – 7301 14th Avenue, Sacramento, CA 95820 Western Fairs Building – 2500 Stockton Blvd, Sacramento, CA 95817 Wong – 2230 Stockton Blvd, Sacramento, CA 95817 Central Plant – 4820 2vd Street, Sacramento, CA 95817 County Morgue – 4800 Broadway, Sacramento, CA 95820

Department Research – (Survey Completed by 05/27/13) Campus TB – Building 170, Bioletti Way, Davis, CA 95616

Page 14: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

13

CTSC – 4603 Broadway, Suite A, Sacramento, CA 95820 Genome Biomedical Sciences – 451 Health Sciences Drive, Davis, CA 95616 Medical Science – 1325 Medical Sciences Mall, Davis, CA 95616 & 510 Health Sciences Drive, Davis, CA 95616 Oak Park – 2700 Stockton Blvd, Sacramento, CA 95817 Pathology – 4400 V Street, Sacramento, CA 95817 Research 1 – 4635 2nd Avenue, Sacramento, CA 95817 Research 2 – 4625 2nd Avenue, Sacramento, CA 95817 Research 3 – 4645 2nd Avenue, Sacramento, CA 95817 Shriners – 2425 Stockton Blvd, Sacramento, CA 95817 Specialty Testing Center – 3740 Business Drive, Sacramento, CA 95820 Tupper Hall – 1275 Med Science Drive, Davis, CA 95616 UCD Campus - Building 170, Bioletti Way, Davis, CA 95616 UCD Off Campus (Wong) 2230 Stockton Blvd, Sacramento, CA 95817

Windows 7 Site Survey PC Form (Example)

Date: Different than Cutsheet

Tech Name: Building/Address: Location / Room#: Make and Model: Serial Number: Monitor Size: Computer Name: (Use Help Info to verify with stickers)

IP Address: (Use Help Info to verify with stickers) Operating System: Printer: LU: Auto-logon Yes No (Windows key & E should give restricted access error) Hardware Desktop Laptop Old WOW New WOW Arm

Software to Install (Internet Explorer, Adobe Acrobat Reader, McAfee, Hummingbird and Citrix are on the image)

Title File Location (Check for programs on Desktop and Start-Programs) Yes

CellaVision CellaClient.exe Censitrac censitrac.exe DAG - Downtime Account Generator DAG.exe

Dedicated Micros NetVu Observer Video DMNetworkViewer.exe

Dragon natspeak.exe (Check desktop and Program Files: Note version) Dragon Version: Eboard eboard.exe EMR Willow AMB (local install) C:\Program Files\EpicSys\v7.8\Willow Ambulatory\EpicDesktopWPF.exe

EMR BCA (local install) C:\Epic\bin\7.8.5\Epic Print Service\PrintServiceController.exe EMR Hyperspace (local install) C:\Program Files\EpicSys\v7.8\Shared Files\EpicD78.exe

Page 15: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

14

Healthwork Alliance - Intellisource HAICLI.exe (Check for icon on desktop)

Does it work? HI-IQ (Radiology) HI-IQ3.exe Isite Meditech - LIS/Magic t.exe Onbase - Clinical obClnt32.exe PacsGear PGMediaDetect.exe (Check Start-Programs-Startup- PGMedia) PacsScan PacsScanFilm.exe TN3270 - Terminal Emulator

tn3270.exe

Other Software

(List)

Local Device (List)

Basis of Award While UCDHS is very interested in finding high quality and cost effective vendor options to meet the requirements defined in this RFP process, vendor options will also be assessed against using existing UCDHS contracts, and UCDHS reserves the right to use existing contracts if they are more cost effective than vendor proposals. Proposals will be evaluated on the basis of cost per quality points. A UCDHS evaluation committee will choose the selected Bidder. Committee participants will review, evaluate, and score each responsive proposal received in accordance with predetermined scoring criteria. The selection process will be broken down into two phases. Phase I To be considered responsive and to continue in the scoring process, the Bidder must: • Provide all documentation as requested by the requested due date. • Provide a proposal that is complete and complies with the instructions and requirements as stated herein. • Overall Bidder qualifications, including years in business, financial status, and background information • Compliance with UCDHS's specified terms and conditions Phase II In this phase, the Bidder’s response will undergo intensive evaluation. The following criteria (not in priority order) will be utilized to select the finalist: The “short list” of finalists may be required to present on-site demonstrations for UCDHS staff. Site visits, if required, and reference checks will take place after the demos. UCDHS retains the right to visit any Bidder’s client site(s) without assistance from the Bidder. 1. Qualifications and Requirements Response 2. Cost Proposal 3. Responsiveness

Bidder has demonstrated understanding of the University’s requirements, overall approach and thoroughness of the proposal in submitting all information designated and requested within this RFP.

Page 16: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

15

Quality Points Each Bidder will receive a total point score known as total quality points. Quality points will be assigned as follows: RFP Quality Points Scoring Matrix

1 Vendor qualification statement 60 2 Service Features Meet 250 3 Prior Experience 150 4 Qualifications & Experience of Personnel 180 5 Project Management Timelines Meet 200 6 Completion of RFP 100 7 Vendor Customer References 50 8 Cost 300

Total Maximum Quality Points 1300

The total cost for each proposal will be divided by the proposal’s total quality points to determine the cost per quality point ratio. The cost per quality point ratio for each Bidder will be ranked in order of magnitude. UCDHS's decision as to how the resulting Agreement(s) will be awarded will be based on the following. 1. Calculate total Evaluation Quality Points earned by each Bidder. 2. Divide total cost by the number of total quality points earned to determine cost per quality point. 3. Rank each Bidders cost per quality point rating from lowest to highest. 4. Determine the finalist using a lowest cost per quality point rating basis. After scoring is complete, the cost per quality point will be calculated. UCDHS reserves the right to negotiate with the Bidder(s) having the lowest cost per quality point scores prior to awarding a contract. Following evaluation of this RFP and Bidder selection, UCDHS expects to negotiate a contract with the selected Bidder. UCDHS reserves the right to award this RFP in part or in full.

Page 17: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

16

Proposal Conditions 1. Notwithstanding any other provision of the RFP, Bidders are hereby advised that this RFP is a solicitation of

proposals only and is not to be construed as an offer to enter into any contract or agreement. Thus, UCDHS reserves the unqualified right to reject any or all proposals for any reason.

2. UCDHS shall have the unconditional and unqualified right to withdraw, cancel, or amend this RFP at any time.

Bidders shall bear all costs associated with the preparation and furnishing of responses to this RFP. UCDHS, in its sole discretion, reserves the right to determine whether any Bidder meets the minimum qualification standards, to determine whether a proposal is responsive, and to select a proposal that best serves its programmatic objectives. UCDHS reserves the right to negotiate a binding contract with the selected Bidder.

3. All proposals shall be firm for a period of 180 days following the proposal submission due date. 4. Responses to this RFP should be made according to the instructions contained herein. Failure to adhere to RFP

instructions may be cause for rejection of the proposal. A proposal, which contains conditions or limitations set up by the Bidder, may be deemed irregular and subsequently rejected by UCDHS.

5. False, incomplete, or unresponsive statements in the proposal response may be cause for its rejection. The

evaluation and determination of the fulfillment of the RFP requirements will be UCDHS’s responsibility and its judgment shall be final.

6. UCDHS reserves the right to interpret or change any provision of this RFP at any time prior to the proposal

submission date. Such interpretation or change shall be in the form of a written addendum to this RFP. Such addendum will become part of this RFP and any resultant contract. Such addendum shall be made available to each company that has received an RFP. Should such addendum require additional information not previously requested, a Bidder's failure to address the requirements of such addendum in the proposal response might result in the proposal not being considered.

7. UCDHS has, at its sole discretion, the unconditional and unqualified right to determine that a time extension is

required for submission of proposals, in which case, a written RFP addendum issued by UCDHS shall indicate the new submission date for proposals.

8. Prior to the final submission date, any Bidder may retrieve its proposal to make additions or alterations. Such

retrieval, however, shall not extend the final submission date. 9. Bidders wishing to submit proposals in response to this request do so entirely at their own expense, and submission

of a proposal indicates acceptance of the conditions contained in the RFP unless clearly and specifically noted otherwise.

10. PUBLIC INFORMATION AND TRADE SECRETS--The California Public Records Act limits UCDHS’s ability to

withhold pre-qualification and bid data to trade secrets or records, the disclosure of which is exempt or prohibited pursuant to federal or state law. If a submittal contains any trade secrets that Bidder does not want disclosed to the public or used by

11. HS for any purpose other than evaluation of the Bidder’s eligibility, each sheet of such information must be marked with the designation “Confidential.” UCDHS will notify the Bidder any request, by another party, to inspect such confidential information. Bidder will have an opportunity to establish that such information is exempt from inspection in any proceeding to compel inspection.

Page 18: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

17

12. All computer programs and data made available by UCDHS to Bidders hereunder shall remain the property of the UCDHS and shall be maintained, used, and disseminated in accordance with the California Information Practices Act of l911, Civil code Sections 1798 through 1798.76, and the California Public Records Act, Government Code Section 6250 through 6260. All listings and all copies of listings that reveal names or identification numbers of individuals, (i.e., employees, patients, etc.) shall be destroyed or returned to UCDHS.

Page 19: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

18

Contract Terms and Conditions 1. The University’s Terms and Conditions of Purchase (See Appendix A) shall apply to any contract for hardware or

hardware-related services awarded from this solicitation for proposals. The selected Bidder will be required to comply with all the terms and conditions as specified therein. A Bidder's inability to comply with, or exceptions and modifications to, the terms and conditions incorporated in Appendix A must be stated in its proposal and may disqualify Bidder from further consideration.

2. To facilitate timely award of this contract, each Bidder must certify its ability to comply with the insurance

requirements outlined in Appendix A. The University will require the selected Bidder to furnish a certificate of insurance naming The Regents of the University of California as an additional insured. Such certificate of insurance shall be in a form as issued by an insurer approved by the University and shall contain an endorsement requiring not less than thirty (30) days’ written notice to the University prior to any cancellation or modification thereof. Thereafter, a certificate evidencing the renewal of each such policy shall be furnished to the University at least ten (10) days prior to the expiration of the term of said policy. Failure to comply with this requirement may result in cancellation of any contract resulting from this Request for Proposal.

3. The University reserves the right to adjust the minimum insurance limits specified in Appendix A, based on the

overall risk assessment of the project. Each Bidder must provide evidence of its current coverage with its proposal. 4. The final contract(s) with the selected Bidder(s) will be prepared by the UCDHS Purchasing Department and will

incorporate this Request for Proposal, including its Appendices and Addenda (if any), and the submitted proposal. 5. The University reserves the right to cancel any contracts resulting from this RFP, for cause, at any time, should

insufficient funds be budgeted in the following year to continue the contract, by giving 120 days’ written notice and upon payment of costs actually incurred by the Bidder prior to the notice of cancellation.

6. Records developed by the Bidder and related to the project costs will be maintained for a period of five years

following the completion of the project. 7. The Bidder or Bidders awarded a contract as a result of this RFP may not assign or sublet the whole or any part of

the contract without the prior written consent of the University. 8. The Bidder must warrant that, for a minimum of one (1) year from final acceptance of each hardware component

and software package included in the proposed system, the hardware and software shall meet all of the specifications set forth in Bidder’s proposal and in the operational manuals current as of the date of University’s final acceptance of such hardware and software products and will be free of defects. In the event of the Bidder’s breach of its warranty hereunder, the University shall have the option to repair or replace the hardware and/or software, and the Bidder will be liable for excess costs incurred by University therefore.

9. No form of the University’s name shall be used in promotional materials, signs, announcements, or other forms of

communication or advertising originated by Bidder unless the University’s express written permission for such use has been obtained in advance.

10. Under existing campus policy ( P & P Manual #260-15) a gift or donation to the University may not be coupled with

the expectation of tangible compensation or with the imposition of contract or grant requirements. Each purchasing transaction, business contract, research contract, affiliation agreement, and grant shall be considered as separate and whole in itself. As such, it is the policy of the University of California Medical Center and Health System that no gift or donation to the University, or any of its business contracts, purchasing transactions, research contracts,

Page 20: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

19

affiliation agreements, or grants shall be used as partial consideration for any other transaction, contract, agreement, grant or gift/donation.

11. Until the expiration of four years after the furnishing of the services provided under the contract, vendor will make

available to the Secretary, U.S. Department of Health and Human Services, the U.S. Controller General, and their representatives, the contract and all books, documents and records necessary to certify the nature and extent of the costs of those services. If vendor carries out the duties of the contract through a subcontract worth $10,000 of more over a 12-month period with a related organization, the subcontract will also contain a clause to permit access by the Secretary, Controller General, and their representatives to the related organization's books and records.

12. Copyright. The Parties agree that nay copyrightable work(s) developed under this agreement constitute work(s)

made for hire under the United States copyright laws and that all right, title and interest therein, including copyright, shall vest with the University. In the event that any such work does not qualify as a work made for hire under the United States copyright laws, or for any other reason does not constitute a work made for hire, the independent contractor signing below, by this agreement, hereby assigns all right, title and interest, including copyright in the work(s) to the University, in perpetuity.

13. Deliverables, Methodologies and Standards: Deliverables include: feasibility studies; functional specifications;

technical specifications; code and specifications evaluations; unit test plans; integration test plans; systems test plans; unit test; integration tests; application programs, systems programs, data modes; and process models. Contractor’s employees shall adhere to University application methodology and standards of quality while producing deliverables.

14. Contract Revisions: University may make revisions within the general scope of this contract in task descriptions for

services by giving notice to Contractor and subsequently confirming such revisions in writing in the form of an addendum or change order to the contract issued by the University Contracting Services Office. If such changes affect the cost of services for this contract, an equitable adjustment in the rates shall be made according to the rates listed in this contract, or both parties shall negotiate additional rates to the contract. No revisions by Contractor shall be allowed without written approval of University. Any claim of Contractor for an adjustment under this Section must be made in writing within thirty (30) days from the date of receipt by Contractor of notification of such revision request unless University waives this condition in writing. Contractor shall bear the burden of proof for additional rates or rate revisions required by any University request. Nothing in this Section shall excuse Contractor from proceeding with performance of the contract as revised hereunder.

15. Waiver or Modification of Terms: No waiver, amendment or other modifications of the terms of this contract shall be

binding upon either party unless expressed in writing and signed by both parties hereto. 16. Audit: Any order resulting from this Request for Quotation shall be subject to the examination and audit of the

Auditor General of the State of California for a period of three years after final payment under this order. The examination and audit shall be confined to those matters connected with the performance of the contract, including, but not limited to the cost of administering the contract.

17. Independent Contractor: It is understood and agreed by the University and Bidder that in the performance of this

agreement, the Bidder shall be and act as an independent contractor and not as the agent or employee of the University. It is expressly understood and agreed that this agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association between the University and the Bidder. The Bidder is not an employee of the University and is not entitled to the benefits provided by the University to its employees, including, but not limited to, group insurance, pension plans, workers’ compensation or unemployment insurance.

Page 21: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

20

18. Contractor Responsibility: The Contractor shall be solely responsible for the conduct and control of the work to be performed by the Contractor under this Agreement. The Contractor’s services for the University shall be performed in accordance with currently approved methods and ethical standards applicable to the Contractor’s professional capacity.

19. Records About Individuals (Contractor refers to all Contractor workers): Contractor acknowledges that the creation

and maintenance of records pertaining to individuals is subject to certain requirements set forth by the California Information Practices Act (Civil Code 1798, et seq.) and by University policy. Such requirements include provisions governing the collection, maintenance, accuracy, dissemination, and disclosure of information about individuals, including the right of access by the subject individuals. If Contractor creates confidential or personal records about an individual, as defined by the Information Practices Act, including notes or tape recordings, the information shall be collected to the greatest extent practicable directly from the individual who is the subject of the information. When collecting the information, Contractor shall inform the individual that the record is being made and the purpose of the record. Records containing confidential or personal information about individuals are the property of the University of California and subject to University policies and applicable federal and state laws. Contractor agrees to deliver all such records, including originals and all copies and summaries, to the University upon termination of this contract. Contractor shall not use recording devices in discussion with University employees.

20. Ethics: Supplier shall exercise extreme care and due diligence to prevent any action or conditions which could result

in conflict with the best interest of the University. Throughout the term of any subsequent Agreement, Supplier shall not accept any employment or engage in any work, which creates a conflict of interest with the University or in any way compromises the work to be performed under this RFP or subsequent Agreement. Supplier and/or its employees shall not offer gifts, entertainment, payment, loans, or other gratuities or consideration to University employees, their families, other Suppliers, subcontractors or other third (3rd) parties for the purpose of influencing such persons to act contrary to the University’s interest or for personal gain. Supplier shall immediately notify the University of any and all such violations of this clause upon becoming aware of such violations.

21. Vendor Debarment: Vendor/Contractor warrants that it is not excluded from participation in any governmental

sponsored program, including, without limitation, the Medicare, Medicaid or Champus programs (http://exclusions.oig.hhs.gov/search.html) and the Federal Procurement and Non-procurement Programs (http://epls.arnet.gov/PrivacyActProvisionsEPLS.html). This purchase order shall be subject to immediate termination in the event that Vendor/Contractor is excluded from participation in any federal healthcare or procurement program.

22. Taxpayer Identification: California Public Contract Code Section 10518 requires contractor (vendor) who enters into

a contract with the University of California for $10,000 or more shall list their Taxpayer Identification Number (Federal Employer Identification Number or Social Security Number, if applicable) on each contract or PO. The number shall remain unchanged regardless of future name changes. Pursuant to the Federal Privacy Act of 1974, and the California Information Practices Act of 1977, you are hereby notified that disclosure of your social security number and/or your Employer Identification Number is required pursuant to Sections 6109, 6011 and 6051 of Subtitle F of the Internal Revenue Code and pursuant to Regulation 4, Section 404, 1256, Code of Federal Regulations, under Section 218, Title II of the Social Security Act, as amended. The social security number is used to verify your identity. The principal uses of the number shall be to report payments and income taxes withheld to Federal and State governments.

23. Rejection of Offer/Bid: University shall reject any and all non-responsive bids, and may reject a bid submitted by any

party who is or has been delinquent or unfaithful in any previous agreement with University. University reserves the right to re-solicit information or proposals, and further reserves the right to issue a partial award or not to issue an award under this solicitation.

Page 22: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

21

24. Legal Aliens: Contractor shall ensure that all “Workers” employed by Contractor and supplied to the University are US Citizens or legal aliens in accordance with the employment verification provisions of the Immigration and Nationality Act, according to the Illegal Immigration Reform and Immigrant Responsibility Act (IIRIRA) signed on September 30, 1996 and any revisions of such Act. It is the contractor’s responsibility to verify legal alien’s compliance with current laws and regulations of the United States and State of California as they pertain to alien status and employment. Prior to work on University of California owned or leased property, Contractor shall have proof of work authorization for every Contractor employee assigned at the contractor's employee's initial assignment date. Proof of authorization can be provided by an “Employment Eligibility Verification Form”, INS Form I-9, obtained by the Contractor for every such employee in compliance with applicable law. Contractor shall make these records available for view and/or audit by University or other governing agency upon request.

25. Examination of Records UCDHS and, if the applicable contract or grant so provides, the other contracting party or

grantor (and if that be the United States, or an agency or instrumentality thereof, then the Controller General of the United States) shall have access to and the right to examine any pertinent books, documents, papers and records of Agency involving transactions and work related to this Agreement until the expiration of five years after the final payment hereunder. Agency shall retain project records for a period of five years from the date of final payment.

26. Conflict of Interest: Agency will not hire any officer or employee of UCDHS to perform any service covered by this

Agreement. If the work is to be performed in connection with a federal contract or grant, Agency will not hire any employee of the United States government to perform any service covered by this agreement. Agency affirms that to the best of its knowledge there exists no actual or potential conflict between Agency’s family, business or financial interest and the services provided under this Agreement, and in the event of change in either private interests or service under this Agreement, any question regarding possible conflict of interest which may arise as a result of such change will be raised with UCDHS.

27. Ordinary and Necessary per Day Expense Reimbursement Allowances: The following is the maximum allowable

daily amount to be used to reimburse travelers for meal and incidental expenses related to official business with the University of California, Davis Health System. Actual receipts may be required in order to receive reimbursement. Photocopies will not be accepted.

• Daily ceiling-rate for meals and incidentals: $64.00 Incidental expenses may consist of newspapers and magazine, laundry and dry cleaning, porterage, etc.

28. Travel and Lodging: Travel and lodging costs shall be reimbursed at cost for official business with the University of California, Davis Health System. Actual receipts may be required in order to receive reimbursement. Photocopies will not be accepted. Transportation and per diem charges shall be reimbursed in accordance with University standard per diem in-state rates. It is suggested that bidders provide a separately itemized not-to-exceed cost for all related transportation and per diem reimbursements, to be competitive with local respondents.

Page 23: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

22

PIGGYBACK CLAUSE

The University of California Davis Health System (UCDHS) grants other University of California (UC) entities the right to acquire the properties and/or services from a resulting contract based on this competitively bid Request for Proposal (RFP). By submitting an RFP that results in a contract, the Contractor agrees to make the same bid terms and price, exclusive of freight and transportation fees, available to other University of California entities. UCDHS will not be responsible for any problems, which may arise between UC entities and the Contractor as a result of any sales and/or purchases made.

Page 24: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

23

Appendix A: University of California, Terms and Conditions of Purchase ARTICLE 1 - The materials, supplies or services covered by this order shall be furnished by Seller subject to all the terms and conditions set forth in this order including the following, which Seller, in accepting this order, agrees to be bound by and to comply with in all particulars and no other terms or conditions shall be binding upon the parties unless hereafter accepted by them in writing. Written acceptance or shipment of all or any portion of the materials or supplies, or the performance of all or any portion of the services, covered by this order shall constitute unqualified acceptance of all its terms and conditions. The terms of any proposal referred to in this order are included and made a part of the order only to the extent it specifies the materials, supplies, or services ordered, the price therefore, and the delivery thereof, and then only to the extent that such terms are consistent with the terms and conditions of this order. ARTICLE 2 - INSPECTION. The services, materials and supplies furnished shall be exactly as specified in this order free from all defects in Seller's performance, design, workmanship and materials, and, except as otherwise provided in this order, shall be subject to inspection and test by University at all times and places. If, prior to final acceptance, any services and any materials and supplies furnished therewith are found to be incomplete, or not as specified, University may reject them, require Seller to correct them without charge, or require delivery of such materials, supplies, or services at a reduction in price which is equitable under the circumstances. If Seller is unable or refuses to correct such items within a time deemed reasonable by University, University may terminate the order in whole or in part. Seller shall bear all risks as to rejected services and, in addition to any costs for which Seller may become liable to University under other provisions of this order, shall reimburse University for all transportation costs, other related costs incurred, or payments to Seller in accordance with the terms of this order for unaccepted services and materials and supplies incidental thereto. Notwithstanding final acceptance and payment, Seller shall be liable for latent defects, fraud or such gross mistakes as amount to fraud. ARTICLE 3 - CHANGES. University may make changes within the general scope of this order in drawings and specifications for specially manufactured supplies, place of delivery, method of shipment or packing of the order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of or the time required for performance of this order, an equitable adjustment in the price or delivery or both shall be made. No change by Seller shall be allowed without written approval of University. Seller of notification of such change must make any claim of Seller for an adjustment under this Article in writing within thirty (30) days from the date of receipt unless University waives this condition in writing. Nothing in this Article shall excuse Seller from proceeding with performance of the order as changed hereunder. ARTICLE 4 - TERMINATION A. University may, by written notice stating the extent and effective date, cancel and/or terminate this order for convenience in whole or in part, at any time. University shall pay Seller as full compensation for performance until such termination: (1) The unit or pro rata order price for the performed and accepted portion; and (2) A reasonable amount, not otherwise recoverable from other sources by Seller as approved by University, with respect to the unperformed or unaccepted portion of this order, provided compensation hereunder should in no event exceed the total order price. B. University may by written notice terminate this order for Seller's default, in whole or in part, at any time, if Seller refuses or fails to comply with the provisions of this order, or so fails to make progress as to endanger performance and does not cure such failure within a reasonable period of time, or fails to perform the services within the time specified or any written extension thereof. In such event, University may purchase or otherwise secure services and, except as otherwise provided herein, Seller shall be liable to University for any excess costs occasioned University thereby. If, after notice of termination for default, University determines that the Seller was not in default or that the failure to perform this order was due to causes beyond the control and without the fault or negligence of Seller (including, but not restricted to, acts of God or of the public enemy, acts of University, acts of Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather, and delays of a subcontractor or supplier due to such causes and without the fault or negligence of the subcontractor or supplier), termination shall be deemed for the convenience of University, unless University shall determine that the services covered by this order were obtainable by Seller from other sources in sufficient time to meet the required performance schedule. C. If University determines that Seller has been delayed in the work due to causes beyond the control and without the fault or negligence of Seller, University may extend the time for completion of the work called for by this order, when promptly applied for in writing by Seller; any extension granted shall be effective only if given in writing. If such delay is due to failure of University, not caused or contributed to by Seller, to perform services or deliver property in accordance with the terms of the order, the time and price of the order shall be subject to change under the Changes Article. Sole remedy of Seller in event of delay by failure of University to perform shall, however, be limited to any money actually and necessarily expended in the work during the period of delay, solely by reason of the delay. No allowance will be made for anticipated profits. D. The rights and remedies of University provided in this Article shall not be exclusive and are in addition to any other rights and remedies provided by law or under this order. E. As used in this Article, the word "Seller" includes Seller and its sub suppliers at any tier. ARTICLE 5 - LIABILITY FOR UNIVERSITY - FURNISHED PROPERTY. Seller assumes complete liability for any tooling, articles or material furnished by University to Seller in connection with this order and Seller agrees to pay for all such tooling, articles or material damaged or spoiled by it or not otherwise accounted for to University's satisfaction. The furnishing to Seller of any tooling, articles, or material in connection with this order shall not, unless otherwise expressly provided, be construed to vest title thereto in Seller. ARTICLE 6 - TITLE. Title to the material and supplies purchased hereunder shall pass directly from Seller to University at the f.o.b. point shown, or as otherwise specified in this order, subject to the right of University to reject upon inspection. ARTICLE 7 - PAYMENT, EXTRA CHARGES, DRAFTS. Seller shall be paid, upon submission of acceptable invoices, for materials and supplies delivered and accepted or services rendered and accepted. University will not pay cartage, shipping, packaging or boxing expenses, unless specified in this order. Drafts will not be honored. Invoices must be accompanied by shipping documents or photocopies of such, if transportation is payable and charged as a separate item. ARTICLE 8 - CHARACTER OF SERVICES. Seller, as an independent contractor, shall furnish all equipment, personnel and material sufficient to provide the services expeditiously and efficiently during as many hours per shift and shifts per week and at such locations as the University may so require and designate. ARTICLE 9 - FORCED, CONVICT, AND INDENTURED LABOR A. By accepting this order, Seller hereby certifies that no foreign-made equipment, materials, or supplies furnished to the University pursuant to this order will be produced in whole or in part by forced labor, convict labor, or indentured labor under penal sanction. B. Any Seller contracting with the University who knew or should have known that the foreign-made equipment, materials, or supplies furnished to the University were produced in whole or in part by forced labor, convict labor, or indentured labor under penal sanction, when entering into a contract pursuant to the above, may have any or all of the following sanctions imposed: (1.) The contract under which the prohibited equipment, materials, or supplies were provided may be voided at the option of the University. (2.) Seller may be removed from consideration for University contracts for a period not to exceed 360 days. ARTICLE 10 - INDEMNITY. A. General. Seller shall defend, indemnify, and hold harmless University, its officers, employees, and agents, from and against all losses, expenses (including attorneys' fees), damages, and liabilities of any kind resulting from or arising out of this agreement and/or Seller's performance hereunder, provided such losses, expenses, damages and liabilities

Page 25: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

24

are due or claimed to be due to the negligent or willful acts or omissions of Seller, its officers, employees, agents, subcontractors, or anyone directly or indirectly employed by them, or any person or persons under Seller's direction and control. B. Proprietary Rights. Seller shall indemnify, defend, and hold harmless University, its officers, agents, and employees against all losses, damages, liabilities, costs, and expenses (including but not limited to attorneys' fees) resulting from any judgment or proceeding in which it is determined, or any settlement agreement arising out of the allegation, that Seller's furnishing or supplying University with parts, goods, components, programs, practices, or methods under this order or University's use of such parts, goods, components, programs, practices, or methods supplied by Seller under this order constitutes an infringement of any patent, copyright, trademark, trade name, trade secret, or other proprietary or contractual right of any third party. The foregoing shall not apply unless University has informed Seller as soon as practicable of the suit or action alleging such infringement. Seller shall not settle such suit or action without the consent of University. University retains the right to participate in the defense against any such suit or action. C. Products. Seller shall fully indemnify, defend, and hold harmless University from and against any and all claim, action, and liability, for injury, death, and property damage, arising out of the dispensing or use of any of Seller's product provided under authorized University orders. In addition to the liability imposed by law on the Seller for damage or injury (including death) to persons or property by reason of the negligence, willful acts or omissions, or strict liability of the Seller or his agents, which liability is not impaired or otherwise affected hereby, the Seller hereby assumes liability for and agrees to save University harmless and indemnify it from every expense, liability or payment by reason of any damage or injury (including death) to persons or property suffered or claimed to have been suffered through any act or omission of the Seller. The University agrees to provide Seller with prompt notice of any such claims and to permit Seller to defend any claim or suit, and that it will cooperate fully in such defense. ARTICLE 11 - DECLARED VALUATION OF SHIPMENTS. Except as otherwise provided on the face of this order, all shipments by Seller under this order for University's account shall be made at the maximum declared value applicable to the lowest transportation rate or classification and the bill of lading shall so note. ARTICLE 12 - WARRANTY. Seller agrees that the supplies or services furnished under this order shall be covered by the most favorable commercial warranties the Seller gives to any customer for the same or substantially similar supplies or services, or such other more favorable warranties as specified in this order. The rights and remedies so provided are in addition to and do not limit any rights afforded to University by any other article of this order. Such warranties will be effective notwithstanding prior inspection and/or acceptance of the services or supplies by the University. ARTICLE 13 - ASSIGNMENT AND SUBCONTRACTING. This order is assignable by University. Except as to any payment due hereunder, this order may not be assigned or subcontracted by Seller without written approval of University. In case such consent is given, it shall not relieve Seller from any of the obligations of this Agreement and any transferee or subcontractor shall be considered the agent of Seller and, as between the parties hereto, Seller shall be and remain liable as if no such transfer or subcontracting had been made. ARTICLE 14 - EQUAL OPPORTUNITY AFFIRMATIVE ACTION. Seller shall not maintain or provide racially segregated facilities for employees at any establishment under its control. Seller agrees to adhere to the requirements set forth in Executive Orders 11246 and 11375, and with respect to activities occurring in the State of California, to the California Fair Employment and Housing Act (Government Code section 12900 et seq.). Expressly, Seller shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, medical condition (as defined by California Code section 12925f]), marital status, age, physical and mental handicap in regard to any position for which the employee or applicant for employment is qualified, or because he or she is a disabled veteran or veteran of the Vietnam era. Seller shall further specifically undertake affirmative action regarding the hiring, promotion and treatment of minority group persons, women, the handicapped, and disabled veterans and veterans of the Vietnam era. Seller shall communicate this policy in both English and Spanish to all persons concerned within its company, with outside recruiting services, and the minority community at large. Seller shall provide the University on request a breakdown of its labor force by groups, specifying the above characteristics within job categories, and shall discuss with the University its policies and practices relating to its affirmative action programs. ARTICLE 15 - The clauses contained in the following paragraphs of the Federal Acquisition Regulations are incorporated by reference. The full text is available upon request:

FAR 52.222-04 Contract Work Hours and Safety Standards Act FAR 52.222-26 Equal Opportunity FAR 52.223-02 Clean Air and Water (If order exceeds $100,000)

ARTICLE 16 - WORK ON UNIVERSITY OR GOVERNMENT PREMISES. If Seller's work under this order involves performance by Seller at University or United States Government owned sites or facilities, the following provisions shall apply: A. Liens. Seller agrees that at any time upon request of University he will submit a sworn statement setting forth the work performed or material furnished by subcontractors, suppliers and material men, and the amount due and to become due to each, and that before the final payment called for hereunder, will if requested, submit to University a complete set of vouchers showing what payments have been made for materials and labor used in connection with the work called for hereunder. Seller shall: (1) Indemnify and hold harmless University from all claims, demands, causes of action or suits, of whatever nature, arising out of the services, labor and materials furnished by Seller or its subcontractors under this order, and from all laborers', material men’s and mechanics' liens upon the real property upon which the work is located or any other property of University; (2) Promptly notify University in writing, of any such claims, demands, causes of action, or suits brought to its attention. Seller shall forward with such notification copies of all pertinent papers received by Seller with respect to any such claims, demands, causes of action or suits and, at the request of University shall do all things and execute and deliver all appropriate documents and assignments in favor of University of all Seller's rights and claims growing out of such asserted claims as will enable University to protect its interest by litigation or otherwise. The final payment shall not be made until Seller, if required, shall deliver to University a complete release of all liens arising out of this order, or receipts in full in lieu thereof, as University may require, and if required in either case, an affidavit that as far as it has knowledge or information, the receipts include all the labor and materials for which a lien could be filed; but Seller may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to University to indemnify it against any claim by lien or otherwise. If any lien or claim remains unsatisfied after all payments are made, Seller shall refund to University all monies that the latter may be compelled to pay in discharging such lien or claim, including all costs and reasonable attorneys' fees. B. Cleaning Up. Seller shall at all times keep University premises where the work is performed and adjoining premises free from accumulations of waste material or rubbish caused by its employees or work of any of its subcontractors, and, at the completion of the work; shall remove all rubbish from and about the building and all its and its subcontractors' tools, scaffolding, and surplus materials, and shall leave the work "broom clean" or its equivalent, unless more exactly specified. In case of dispute between Seller and the subcontractors employed on or about the structure or structures upon which the work is to be done, as herein provided, as to responsibility for the removal of the rubbish, or in case the same be not promptly removed as herein required, University may remove the rubbish and charge the cost to Seller. C. Employees. Seller shall not employ on the work any unfit person or anyone not skilled in the work assigned to him or her, and shall devote only its best-qualified personnel to work under this order. Should University deem anyone employed on the work incompetent or unfit for his or her duties and so inform Seller, Seller shall immediately remove such person from work under this order and he or she shall not again, without written permission of University, be assigned to work under this order. It is understood that if employees of University shall perform any acts for the purpose of discharging the responsibility undertaken by the Seller in this Article 15, whether requested to perform such acts by the Seller or not, such employees of the University while performing such acts shall be considered the agents and servants of the Seller subject to the exclusive control of the Seller. D. Safety, Health and Fire Protection. Seller shall take all reasonable precautions in the performance of the work under this order to protect the health and safety of employees and members of the public and to minimize danger from all hazards to life and property, and shall comply with all health, safety, and fire protection regulations and requirements (including reporting requirements) of University. In the event that Seller fails to comply with said regulations or requirements of University, University may, without prejudice to any

Page 26: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

25

other legal or contractual rights of University, issue an order stopping all or any part of the work; thereafter a start order for resumption of work may be issued at the discretion of the University. Seller shall make no claim for extension of time or for compensation or damages by reason of or in connection with such work stoppage. The safety of all persons employed by Seller and its subcontractors on University premises, or any other person who enters upon University premises for reasons relating to this order, shall be the sole responsibility of Seller. Seller shall at all times maintain good order among its employees and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him or her. Seller shall confine its employees and all other persons who come onto University's premises at Seller's request or for reasons relating to this order and its equipment to that portion of University's premises where the work under this order is to be performed or to roads leading to and from such work sites, and to any other area which University may permit Seller to use. Seller shall take all reasonable measures and precautions at all times to prevent injuries to or the death of any of its employees or any other person who enters upon University premises. Such measures and precautions shall include, but shall not be limited to, all safeguards and warnings necessary to protect workers and others against any conditions on Owner's premises which could be dangerous and to prevent accidents of any kind whenever work is being performed in proximity to any moving or operating machinery, equipment or facilities, whether such machinery, equipment or facilities are the property of or are being operated by, the Seller, its subcontractors, the University or other persons. To the extent compliance is required; Seller shall comply with all University safety rules and regulations when on University premises. ARTICLE 17 - INSURANCE Seller shall defend, indemnify, and hold the University, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorneys' fees), or claims for injury or damages that are caused by or result from the negligent or intentional acts or omissions of Seller, its officers, agents, or employees. Seller, at its sole cost and expense, shall insure its activities in connection with the work under this order and obtain, keep in force, and maintain insurance as follows: A. Comprehensive or Commercial Form General Liability Insurance (contractual liability included) with limits as follows: Each Occurrence $ _1,000,000___________ Products/Completed Operations Aggregate $ __2,000,000___________ Personal and Advertising Injury $ __1,000,000___________ General Aggregate (Not applicable To the Comprehensive Form) $ __2,000,000____________ If the above insurance is written on a claims-made form, it shall continue for three years following termination of this Agreement. The insurance shall have a retroactive date of placement prior to or coinciding with the effective date of this Agreement. B. Business Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles with a combined single limit not less than __1,000,000_________________ dollars ($ __1,000,000________________) per occurrence. (REQUIRED ONLY IF SELLER DRIVES ON UNIVERSITY PREMISES IN THE COURSE OF PERFORMING WORK FOR UNIVERSITY.) C. Professional Liability Insurance with a limit of dollars ($) Per occurrence with an aggregate of not less than Dollars ($). If this insurance is written on a claims-made form, it shall continue for three years following termination of this Agreement. The insurance shall have a retroactive date of placement prior to or coinciding with the effective date of this Agreement. D. Workers' Compensation as required by California State law. It is understood that the coverage and limits referred to under a., b., and c. above shall not in any way limit the liability of Seller. Seller shall furnish the University with certificates of insurance evidencing compliance with all requirements prior to commencing work under this Agreement. Such certificates shall: (1) Provide for thirty (30)-days advance written notice to the University of any Modification, change, or cancellation of any of the above insurance coverage. (2) Indicate that The Regents of the University of California has been endorsed as an additional insured for the coverage referred to under a. and b. This provision shall only apply in proportion to and to the extent of the negligent acts or omissions of Seller, its officers, agents, or employees. (3) Include a provision that the coverage will be primary and will not participate with nor be excess over any valid and collectible insurance or program of self-insurance carried or maintained by the University. ARTICLE 18 - PERMITS. Seller agrees to procure all necessary permits or licenses and abide by all applicable laws, regulations and ordinances of the United States and of the state, territory and political subdivision in which the work under this order is performed. Seller shall be liable for all damages and shall indemnify and save University harmless from and against all damages and liability which may arise out of failure of Seller to secure and pay for any such licenses or permits or to comply fully with any and all applicable laws, ordinances and regulations. ARTICLE 19 - COOPERATION. Seller and its subcontractors, if any, shall cooperate with University and other vendors and contractors on the premises and shall so carry on their work that other cooperating vendors and contractors shall not be hindered, delayed or interfered with in the progress of their work, and so that all of such work shall be a finished and complete job of its kind. ARTICLE 20 - WAIVER OF DEFAULT. Any failure of University at any time, or from time to time, to enforce or require the strict keeping and performance by Seller of any of the terms or conditions of this order shall not constitute a waiver by University of a breach of any such terms or conditions and shall not affect or impair such terms or conditions in any way, or the right of University at any time to avail itself of such remedies as it may have for any such breach or breaches of such terms or conditions. ARTICLE 21 - TAXES. Seller shall pay all contributions, taxes and premiums payable under federal, state and local laws measured upon the payroll of employees engaged in the performance of work under this order, and all applicable sales, use, excise, transportation, privilege, occupational and other taxes applicable to materials and supplies furnished or work performed hereunder and shall save University harmless from liability for any such contributions, premiums, and taxes. ARTICLE 22 - OTHER APPLICABLE LAWS. Any provision required being included in a contract of this type by any applicable and valid federal, state or local law, ordinance, rule or regulations shall be deemed to be incorporated herein. ARTICLE 23 - GOVERNING LAW. The law of the State of California shall control this Appendix and any document to which it is appended. UCDMC ARTICLE 1 – Medicare Books, Documents and Records. To the extent required by applicable law, Seller shall make available, upon written request from University, the Secretary of Health and Human Services, the Comptroller General of the United States, or any other duly authorized agent or representative, this

Page 27: Request For Proposal · Connie Stewart, C.P.M. UCDHS Purchasing Department Email: connie.stewart@ucdmc.ucdavis.edu Phone: (916) 734-7034 Questions should not be directed to any other

26

Agreement and Seller’s books, documents and records. Seller shall preserve and make available such books, documents and records for a period of four (4) years after the end of the term of the Agreement. If Seller is requested to disclose books, documents or records pursuant to the Section for any purpose, Seller shall notify University of the nature and scope of such request, and Seller shall make available, upon written request of University, all such books, documents or records. If Seller carries out any of the duties of this Agreement through a subcontract with a related organization (“Subcontractor”), with a value or cost of Ten Thousand Dollars ($10,000) or more over a twelve (12) month period. Such subcontract shall contain a clause to the effect that until the expiration of four (4) years after the end of the term of such subcontract, the related organization shall make available, upon written request from the Secretary of Health and Human Services, or upon request by the University, Comptroller General of the United States, or any other duly authorized agent or representatives, the subcontract and Subcontractor’s books, documents and records of such organization that are necessary to verify the nature and extent of such costs.