solicitation rfp -pro -fy17 -0242 enterprise medical ... medical imaging software solution bid...
TRANSCRIPT
55
66
Solicitation RFP-PRO-FY17-0242
Enterprise Medical Imaging Software Solution
Bid Designation: Public
County of Santa Clara
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 1
55
66
Bid RFP-PRO-FY17-0242
Enterprise Medical Imaging Software Solution
Bid Number RFP-PRO-FY17-0242
Bid Title Enterprise Medical Imaging Software Solution
Bid Start Date May 18, 2017 3:10:01 PM PDT
Bid End Date Jun 28, 2017 3:00:00 PM PDT
Bid Contact Mike Pfister
Procurement Contracts Specialist
408 -491 -7423
Pre-Bid Conference May 31, 2017 10:00:00 AM PDT
Attendance is optional
Location: Please see attached.
DescriptionPlease reference attached for all information related to solicitation.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 2
Page 1 of 133
COUNTY OF SANTA CLARA, CALIFORNIA
REQUEST FOR PROPOSAL NO. RFP-PRO-FY17-0242 FOR
ENTERPRISE MEDICAL IMAGING SOFTWARE SOLUTION
ISSUE DATE:
May 18, 2017
PRE-PROPOSAL CONFERENCE: May 31, 2017 at 10:30 am (PST)
Procurement Department, 2310 N. 1st St., Suite 201, San Jose, CA 95131
PROPOSALS DUE: June 28, 2017 by 3:00 pm (PST)
COUNTY OF SANTA CLARA PROCUREMENT DEPARTMENT
2310 NORTH FIRST STREET, SUITE 201 SAN JOSE, CA 95131-1040
by Michael Pfister
Phone: 408.491.7423 Email: [email protected]
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 3
Page 2 of 133
TABLE OF CONTENTS I. INTRODUCTION........................................................................................................................... 3 II. PROJECT SCOPE OF WORK …................................................................................................ 7 III. TIMELINE ...................................................................................................................................10 IV. EVALUATION CRITERIA ......................................................................................................... 13 V. RESPONSE FORMAT AND ORGANIZATION ......................................................................... 15 VI. OFFEROR’S SUBMITTAL AND REQUIREMENTS ……………………………………………... 17 APPENDICES ................................................................................................................................ 21+ All applicable appendices must be submitted with the proposal. A. ALL PROPOSED SOLUTIONS: APPENDIX A1 - TECHNICAL REQUIREMENTS RESPONSE FORM APPENDIX A2 - FEATURES, FUNCTIONALITIES, AND INTEGRATION RESPONSE FORM APPENDIX A3 – IMPLEMENTATION, PROJECT MANAGEMENT, TRAINING AND ONGOING SUPPORT RESPONSE FORM APPENDIX A4 - OFFEROR'S ACKNOWLEDGEMENT OF VENDOR REMOTE ACCESS /SECURELINK AND USER RESPONSIBILITY STATEMENTS RESPONSE FORM B. COUNTY HOSTED SOLUTION - SPECIFICS: APPENDIX B1 - TECHNICAL REQUIREMENTS RESPONSE FORM (COUNTY HOSTED) APPENDIX B2 – SECURITY RESPONSE FORM (COUNTY HOSTED) APPENDIX B3 - PROPOSAL COST RESPONSE FORM (COUNTY HOSTED) C. VENDOR HOSTED SOLUTION - SPECIFICS: APPENDIX C1 - TECHNICAL REQUIREMENTS RESPONSE FORM (VENDOR HOSTED) APPENDIX C2 – SECURITY RESPONSE FORM (VENDOR HOSTED) APPENDIX C3 - PROPOSAL COST RESPONSE FORM (VENDOR HOSTED) D. OTHER APPENDICES APPENDIX D - NON-COLLUSION DECLARATION APPENDIX E - DECLARATION OF LOCAL BUSINESS APPENDIX F - DECLARATION OF COMPLIANCE WITH WAGE THEFT PREVENTION POLICY. APPENDIX G - OFFEROR'S TERMS AND CONDITIONS RESPONSE FORM APPENDIX H - OFFEROR'S ACKNOWLEDGEMENT OF BUSINESS ASSOCIATE AGREEMENT (BAA) STATEMENTS RESPONSE FORM APPENDIX I - PREVIOUS CUSTOMER REFERENCE FORM APPENDIX J - INTENT TO RESPOND
D. ATTACHMENTS ................................................................................................................................ 51 The Attachments listed below are for reference only and do not have to be submitted with the proposal. ATTACHMENT 1 - CONDITIONS GOVERNING THE PROCUREMENT ATTACHMENT 2- COUNTY OF SANTA CLARA STANDARD TERMS AND CONDITIONS ATTACHMENT 3 - INSURANCE REQUIREMENTS ATTACHMENT 4 - VENDOR REMOTE ACCESS /SECURELINK AND USER RESPONSIBILITY STATEMENTS ATTACHMENT 5- BUSINESS ASSOCIATE AGREEMENT (BAA) STATEMENT ATTACHMENT 6 COUNTY TRAVEL POLICY
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 4
Page 3 of 133
I. INTRODUCTION A. INVITATION The County of Santa Clara (hereafter, “County”) is seeking proposals from qualified suppliers to provide, install, implement, customize, support and maintain a comprehensive Santa Clara Valley Health and Hospital System (SCVHHS) Enterprise Medical Imaging (EMI) solution. The solution shall enable SCCHHS to collect, ingest, archive, share, display and manage medical imaging information stored in various formats, such as images, videos, audio, waveforms, reports across all SCVHHS specialties or “ologies”. The County will consider a county-hosted system or a vendor-hosted system. The proposed solution must be a proven base system. The County is not interested in a beta system or purchasing professional services to design and develop a system. The integrated solution must meet the business, functional, and technical requirements as defined in this RFP. The County also reserves the right to purchase the hardware from third party suppliers. This project will proceed under the directions of the SCVMC Information Services Department and Clinical Experts. A SCVMC Information Services Project Manager will guide the project.
The mandatory requirements are listed on Appendix A2. Mandatory requirements will be evaluated as PASS or
FAIL. Proposed software solutions that do not meet the mandatory requirement will not be considered.
It is the County’s intent to make a single award. If an award is made, the resulting contract shall be for a term of five years unless terminated earlier or otherwise amended. The County will hold a pre-proposal conference on the date and time specified in Section III of this RFP. All
vendors intending to respond to this RFP are encouraged to attend the pre-proposal conference either in person
or via the teleconference line provided. While the RFP is comprehensive, there will be further information and
details about the project disclosed at the pre-proposal conference that may not be captured in the solicitation
documents.
Vendors intending to respond to this solicitation should submit APPENDIX J, INTENT TO RESPOND, via email
to the Procurement Officer, on or before the due date and time specified in this RFP.
B. BACKGROUND 1. County of Santa Clara Santa Clara County (SCC) is the sixth most populous County in California, with a population of nearly 1.8 million people. The County contains fifteen cities, encompassing approximately 1,300 square miles, which have large concentrations of electronics, research, and manufacturing firms. Santa Clara County is the fifth-largest County government in the State and has an estimated workforce of 18,000. The County organizational structure includes a decentralized mix of approximately 50 semi-autonomous County Agencies and Departments. The County provides services such as public safety and justice, road construction and maintenance, parks and recreation, libraries, and environmental resource management. It also operates "enterprise" programs, which charge fees to users for services. Two examples are the Santa Clara Valley Medical Center and the County airports. The County acts as an agent of the State in administering health, social services, and criminal justice programs that are of statewide concern. The County is governed by a five member Board of Supervisors elected by district to serve four-year terms. The County Executive administers the day-to-day affairs of the County and is appointed by the Board of Supervisors.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 5
Page 4 of 133
2. Santa Clara Valley Health and Hospital System (SCVHHS) Santa Clara Valley Health & Hospital System (SCVHHS) is Santa Clara County’s public healthcare system. Making quality care available to the residents of our community, SCVHHS is made up of Santa Clara Valley Medical Center (SCVMC), including Valley Specialty Center (VSC) and Valley Health Center community clinics, Public Health Department (PHD), the Department of Alcohol and Drug Services (DADS), the Mental Health Department (MHD), and the Children’s Receiving Center and Custody Health Services (CSCHS). 3. Santa Clara Valley Medical Center (SCVMC) Santa Clara Valley Medical Center is a 574-bed acute care public teaching hospital affiliated with Stanford University Medical School and provides a full range of inpatient, emergency, rehabilitation, neonatal, intensive care, high-risk maternity care, psychiatry, pediatric intensive care, and burn intensive care services. The Ambulatory outpatient services include both primary and specialty clinics located not only at VMC, but also at satellite facilities located throughout the County. 4. SCVHHS Information Services Department The Office of the Chief Information Officer (CIO) coordinates County information technology planning and management and promotes the collaboration of County Agencies and Departments in the development of enterprise-wide information systems. The CIO manages the Information Services Department (ISD) which performs information and technology systems planning, development, acquisition, implementation, and maintenance for a majority of County Departments. Some Agencies, such as the Santa Clara Valley Health and Hospital System (SCVHHS) and the Social Services Agency (SSA) maintain their own information technology staff and systems, but collaborate with ISD in Countywide technology projects. Information systems and technology for SCVHHS is centralized in the Information Services (IS) Department and is responsible for all systems, planning, development and support within SCVHHS. Business units comprising IS are:
a. Application Services
I. Strategy II. Solutions
III. Sourcing IV. Support
b. Technical Services
I. Data Center Operations II. Operations
III. Customer Service IV. Field Support V. Network infrastructure
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 6
Page 5 of 133
5. Combined SCVHHS IS and SCC ISD Technical Environment SERVER
Operating system Windows Server 2008/2008R2/2012/2012R2 Linux IBM AIX 5x/7x
LDAP Servers Microsoft Active Directory Services
Hardware Intel-Based Servers with multiple processors (redundant), SAN integration via Emulex HBAs, redundant power supplies.
Server Virtualization VMware 5.5 and 6.0
Backup IBM TSM Client 6.04.x, CA ARCServe
Application Servers .NET Framework 4.5/4.0/3.5/3.5SP1 Java Runtime Environment 1.5/1.6 Java 8/7
Databases Microsoft SQL Server 2008/2008 R2 (32 & 64 bit) / 2012 / 2016 Oracle v8, 9, 10, & 11
High Availability and Clustering HA Clustering and FT Supported or Windows Clustering, VMware
Disk array Raid 1(Blade),Standalone: RAID 1 (OS) RAID 5 or 6 (Data), Raid 10 (SAN)
Antivirus Symantec AV 12.x
PC HARDWARE/SOFTWARE
Desktops HP Business Line Desktops
Laptops HP and Lenovo Line Notebooks
Monitors 17”-30” Monitors
Docking station Basic and Advanced docking stations
DESKTOP/LAPTOP SOFTWARE
Operating System Windows 2008 SP4/ 2008R2 SP3 Windows 7 SP 1 / Windows 10
Office applications Microsoft Office Professional Plus 2013 / Microsoft Office Professional Plus 2016
Email Office 365 Microsoft Cloud Email (Outlook 2013) / (Outlook 2016)
Terminal emulation Micro Focus Rumba v.8.1
PDF reader Adobe Acrobat Reader XI
Desktop database Discourage local databases. (Office 2013) / 2016
Internet browser Microsoft Internet Explorer 11.0 / Edge
Antivirus Symantec AntiVirus Corporate Edition Version 12.x
Java Various versions installed
Encryption – Laptop and Removable Media
Safend /Bitlocker
MOBILE DEVICE HARDWARE/SOFTWARE
Hardware Apple iPhone 4 and above, Samsung Galaxy 3 and above, iPad, and Google Android based phones
Operating System IOS 6 and above, Android Jelly Bean 4.1.x and above,
Email Microsoft Outlook 2013
Security AirWatch
PRINTERS
Laser HP LaserJet devices Cannon MFP devices
Network interface HP- Internal Jet Direct Cannon internal network interface
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 7
Page 6 of 133
COMMUNICATIONS
Protocol TCP/IP
Topology Ethernet
Routers/ switches Cisco
Bandwidth – network 10 Gigabit (SX/LX)
Bandwidth – to the desktop 10/100/1000 Mbps
Backbone Fiber optic
Cable to the desktop Category 5e / 6e UTP with RJ45 connections
WAN 1Gbps
REMOTE ACCESS & AUTHENTICATION
SecureLink Cisco ASA VPN Citrix XenDesktop Citrix Netscaler SDX 10.x RSA Security Tokens SecurAuth Two-Factor Authentication CA Arcot Two-Factor Authentication
Microsoft UAG for ActiveSync Authentication is integrated with Microsoft Active Directory
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 8
Page 7 of 133
II. PROJECT SCOPE OF WORK This RFP is for an Enterprise Medical Imaging (EMI) solution that includes software and related maintenance, support and services required to install, configure and operate the proposed system as a County-hosted (on premise) solution or vendor-hosted (off-premise) solution. The proposed solution(s) must be a proven base system. The County is not interested in a beta system or purchasing professional services to design and develop a system. The integrated solution must meet the business, functional, and technical requirements as defined in this RFP. The County also reserves the right to purchase the hardware from third party suppliers. The complete scope of work is dependent upon the selected solution. The implementation may consist of planning, organizing, installing, configuring, testing for acceptance and training on the EMI solution as well as integrating it with the SCVMC environment including but not limited to Radiology system, Cardiology system and other ‘ologies’ generating medical imaging information in various formats, such as images, videos, audio, waveforms, reports, etc. In addition, provide training for operation, troubleshooting, maintenance and systems upgrades to end users, technicians and support staff. Interfaces or data file uploads and downloads from several existing systems may also be required. This system is critical to SCVHHS operation in that all DICOM images and non-DICOM files and objects will flow
through this system. The proposed solution should include servers and storage but the County will have option
to provide an existing or new third party servers and storage systems based on offeror’s specification and that
will be determined later so the proposals should address both scenarios.
Radiology (Approx.)
2014 2015 2016
Study/Year 223,000 226,000 228,000
Total Studies 2,705,000 2,932,000 3,160,000
Images/Year 22,468,000 24,100,000 24,924,000
Total Images 142,855,000 166,956,000 191,879,000
Size/Year 7.50 TB 7.50 TB 7.80 TB
Total Size 53.40 TB 60.90 TB 68.70 TB
Echocardiograms (Approx.)
2014 2015 2016
TTE 5900 6400 7300
TEE 80 80 100
Stress 400 320 300
Total 6380 6780 7700
Transthoracic Echocardiogram (TTE) Transesophageal Echocardiogram (TEE) Stress Echocardiography (Stress)
Cardiac Catheterizations (Approx.)
2016 DIAGNOSTIC THERAPEUTIC TOTAL
Adult Inpatient 240 200 450
Stress 190 110 300
Total 430 310 750
Current Storage of Cardiology Images: 7 TB
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 9
Page 8 of 133
The SCVHHS Enterprise Medical Imaging (EMI) solution will be integrated with the following specialties (list is
not exhaustive). The chart below illustrates currently identified SCVHHS specialties (“ologies”):
The Offeror’s software will serve the Enterprise Medical Imaging (EMI) needs of SCVHHS and fulfill the
enterprise imaging strategy and the underlying vision.
1. The Offeror’s software should also offer the following benefits to SCVHHS: a) A single platform that provides long-term flexibility in storage and communication, disaster recovery
and lifecycle management for medical imaging information in various formats, such as images, videos, audio, waveforms, reports, etc.
b) Ability to easily share medical imaging data by communicating with different systems and users. c) Central repository for medical imaging data (DICOM and non-DICOM) for multiple departments in a
single solution. d) Makes originating sources changeable without having to change the data formats or interface of the
archive. e) Simplified data management with respect to storage, communication and administration. f) Supports non-DICOM data in native and DOCOM format. g) Supports XDS format and offers XDS document registry. h) Provides Enterprise Universal Viewer.
2. Some of the critical success factors for the Offeror’s software. a) Accepts imaging data from multiple sources irrespective of the originating PACS and devices. b) Accepts imaging data from multiple sites. c) Information Lifecycle Management (ILM) of clinical data stored in the EMI for managing PHI
retention policies by uniformly applying ILM rules and cut data-management costs by leveraging automated rules common to ILM solutions.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 10
Page 9 of 133
d) The solution must handle information in nonproprietary formats, regardless of the data source and complying with enterprise workflow standards by storing information in non-proprietary, interchange formats to deliver true vendor neutrality.
e) Be able to accommodate all types of medical data – DICOM, non-DICOM, XDS, etc. f) Ability to interface with Epic (HealthLink) and seamlessly present synthesized imaging record with
the EMR to the clinician. g) Synchronize incoming (DICOM and non-DICOM) images, reports, faxes, waveform, lab results,
notes, etc. for a given patient is critical to ensure clinicians obtain a unified view of the patient’s information through an Enterprise Universal Viewer.
h) Simple to use user interface and workflow and ease of operations. i) System is in production mode within six (6) months of the commencement date of the agreement,
including historical data/image migration. j) System is in Go-live mode within a week after final acceptance by County. k) All data is secured according to HIPAA, federal, state and local regulations.
Requirements, Offeror’s Submittal and the related appendices provide all the pertinent functional, technical, and business requirements as required by the County.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 11
Page 10 of 133
III. TIMELINE This section of the RFP contains the anticipated schedule for the procurement and describes the procurement events as well as the conditions governing the procurement. A. SEQUENCE OF EVENTS The Procurement Officer will make every effort to adhere to the following anticipated schedule: *All times are Pacific Time
Action Date
1. Issue of RFP May 18, 2017
2. Pre-Proposal Conference May 31, 2017 at 10:00 am
3. Deadline To Submit Written Questions June 7, 2017
4. Response to Written Questions/RFP Addendum June 14, 2017
5. Deadline to Submit Intent to Respond June 14, 2017 by 5:00 pm
6. Deadline for Submission of Proposals June 28, 2017 by 3:00 pm
7. Proposal Evaluation July 2017
8. Selection of Shortlist (if applicable) July 2017
9. Demonstrations/Presentations August 2017
10. Selection of Finalists September 2017
11. Final Negotiations and Award Contract September 2017 through October 2017
14. Commencement of Contract November 2017
15. Anticipated Go-Live Date (with one Specialty) February 2018
16. Integration of other Specialties and
Data Conversion March 2018 – July 2018
B. POINT OF CONTACT: The County has designated a Procurement Officer who is responsible for the conduct of this procurement whose name, address and telephone number is listed below: Mike Pfister, Procurement Officer County of Santa Clara Procurement Department 2310 North First Street, Suite 201 San Jose, CA 95131-1040 Telephone: 408.491.7423 E-mail: [email protected] Any inquiries or requests regarding this procurement must be submitted to the Procurement Officer in writing. Offerors may contact ONLY the Procurement Officer regarding this RFP. C. EXPLANATION OF EVENTS 1. ISSUE OF RFP This RFP is being issued by the County of Santa Clara Procurement Department. Copies of this RFP including supporting documents may be obtained from Bidsync’s web site at http://www.bidsync.com 2. PREPROPOSAL CONFERENCE Non-mandatory. Attendance at the pre-proposal conference is strongly recommended but is not a prerequisite for submission of a proposal. For those unable to attend in person, a teleconference conference line is available: dial 877-402-9757 and enter access code 7094144. The County does not guarantee error free connection. See date, time, and location of the preproposal conference below
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 12
Page 11 of 133
Preproposal Conference date/time/location:
Date: May 31, 2017 Time: 10:00 a.m. Pacific Standard Time Location: Procurement Department 2nd Floor
2310 North First Street, Suite 201 San Jose, Ca 95131-1040 Potential Offerors are strongly encouraged to submit written questions to the RFP Point of Contact in advance of the conference. Additional written questions may be submitted at the conference. Oral responses at the conference are not binding until addressed in the form of a written addendum posted on: www.bidsync.com .
3. DEADLINE TO SUBMIT WRITTEN QUESTIONS Potential Offerors may submit written questions to this RFP until the deadline as indicated in paragraph A of
Section III. Written questions may be submitted through www.bidsync.com or via email to the Procurement Officer listed in Section I, Paragraph D. The Procurement Officer will not respond to questions submitted in any other manner or format. 4. RESPONSE TO WRITTEN QUESTIONS / RFP ADDENDUM Written responses to written questions regarding the substance of the RFP will be listed on an addendum to the
RFP and posted on the bid management site: www.bidsync.com. Additional written questions must be
received by the Procurement Officer no later than two (2) days after the addendum is posted. The County will respond in the same manner. Thereafter, the County does not guarantee that it will respond to questions submitted before the RFP closing date and time.
Any material changes to the RFP will be issued as an addendum, and posted on www.bidsync.com. The
County reserves the right to post additional addenda until the RFP closing date and time. 5. DEADLINE TO SUBMIT INTENT TO RESPOND
Pursuant to the INTRODUCTION section of this RFP, Offerors intending to participate in the solicitation should
submit via email, APPENDIX I, INTENT TO RESPOND, to the Procurement Officer at the due date as specified
in Section III.A Sequence of Events.
6. SUBMISSION OF PROPOSAL Proposals must be addressed to and received at the place listed below. All received proposals will be time stamped.
Michael Pfister County of Santa Clara Procurement Department 2310 North First St., Suite 201 San Jose, CA 95131-1040 Re: RFP-PRO-FY17-0242 Enterprise Medical Imaging Software Solution
Proposals must be sealed and labeled on the outside of the package to clearly indicate that they are in response to the RFP RFP-PRO-FY17-0242 Enterprise Medical Imaging Software Solution as referenced on the cover page. 7. PROPOSAL EVALUATION
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 13
Page 12 of 133
An Evaluation Committee will review and evaluate the proposals. Offerors that demonstrate their capacity, ability and capability to meet the County’s requirements and cost will be determined to be within the competitive range and selected on the shortlist of Offerors to progress to the next round of evaluation. At the County’s option, those Offerors in the shortlist will be invited to participate in additional interviews, demonstrations, and/or presentations as required. One of more Offerors may be selected as finalist(s) to enter into negotiations with the County with an intent to award a contract. 8. SELECTION OF SHORT LIST Offerors that demonstrate their capacity, ability, and capability to meet the County’s requirements will be determined to be within the competitive range and selected on the shortlist of Offerors to progress to the next round of evaluation. 9. DEMONSTRATION/PRESENTATIONS At County’s option, Offerors may be required to perform a demonstration/presentation of their proposed solution. Demonstrations/presentations will be held on-site at a County location. The specific date, time, and location are to be determined. 10. SELECTION OF FINALIST FOR NEGOTIATIONS At County’s option, one or more Offerors may be selected as finalists and invited to move forward in the process. 11. NEGOTIATIONS At County’s option, one or more Offerors may be selected to enter into final negotiations with the intent of award. 12. ISSUE NOTICE OF INTENT TO AWARD Pursuant to the completion of the final negotiations, the Procurement Officer will issue a notice of intent to award a contract and notify all Offerors. 13. CONTRACT APPROVAL AND EXECUTION Commencement of Agreement is upon execution by both parties. Based on the total value of the agreement, either the Board of Supervisors or the Director of Procurement will execute the Agreement. 14. COMMENCEMENT OF AGREEMENT Commencement of Agreement is upon execution by both parties. 15. ANTICIPATED GO-LIVE DATE Anticipated go-live date is based Upon Execution of the Agreement by both parties.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 14
Page 13 of 133
IV. EVALUATION CRITERIA A. FACTORS The evaluation criteria listed below will be used in the evaluation of written proposals. The expectation is that those proposals in the competitive range may be considered for contract award. The proposal should provide clear, concise information in sufficient detail to allow an evaluation based on the criteria below. An Offeror must be acceptable in all criteria for a contract to be awarded to the Offeror that offers the best value to the County.
1. Corporate strength, qualifications, references and reputation of Offeror; 2. Ability to meet technical, functionality and integration requirements; 3. Implementation, project managements, training and ongoing support 4. Local Business Preference
The overall total cost to the County will be considered and the degree of importance of cost will increase with the degree of equality of the proposals in relation to the other factors on which is to be based. B. LOCAL BUSINESS PREFERENCE In accordance with applicable sections of Board Policy, Section 5.6.5.2, in the formal solicitation of goods or services, the County of Santa Clara shall give responsive and responsible Local Businesses the preference described below. “Local Business” means a lawful business with a physical address and meaningful “production capability” located within the boundary of the County of Santa Clara. The term “production capability” means sales, marketing, manufacturing, servicing, provision of services, or research and development capability that substantially and directly enhances the firm's or bidder's ability to perform the proposed contract. Post Office box numbers, residential addresses, a local sales office without any support and/or a local subcontractor hired by the contractor may not be used as the sole basis for establishing status as a “Local Business.” In the procurement of goods or services using an Invitation to Bid or another solicitation method in which price is the determining factor for award of the contract, five percent (5%) shall be subtracted from a bid submitted by a responsive and responsible Local Business in determining the lowest responsive responsible bidder. If application of the 5% results in a Local Business bid being lower than the non-local business bid, the contract award shall be made to the Local Business at the Local Business' original bid price. If after applying the 5% discount, two or more competing vendors have bid the same price, local businesses shall be given preference. In the procurement of goods or services in which best value is the determining basis for award of the contract - for example, a Request for Proposals - five percent (5%) of the total points awardable will be added to the Local Business score. When a contract for goods or services, as defined in this policy, is presented to the Board for approval, the accompanying transmittal document shall include a statement as to whether the proposed vendor is a Local Business, and whether the application of the local preference policy was a decisive factor in the award of the proposed contract. The local preference policy may only be applied based on the entity submitting a bid or proposal and not a subcontractor or business partner. This Local Business preference shall not apply to the following:
a. Public works contracts;
b. Where such a preference is precluded by local, state or federal law or regulation; c. Contracts funded in whole or in part by a donation or gift to the County where the special conditions
attached to the donation or gift prohibits or conflicts with this preference policy. The donation or gift must be approved or accepted by the Board in accordance with County policy; or
d. Contracts exempt from solicitation requirements under an emergency condition in accordance with Board policy, state law and/or the County of Santa Clara Ordinance Code.”
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 15
Page 14 of 133
In order to be considered for Local Preference, Offeror must complete and submit Declaration of Local Business with its RFP response. C. WAGE THEFT PREVENTION POLICY The County of Santa Clara does not tolerate wage theft. Accordingly, Santa Clara County Board of Supervisors’ Policy Manual, Section 5.5.5.4, includes the following: Wage Theft Prevention It is the policy of the County that all parties contracting with the County must comply with all applicable federal, state, and local wage and hour laws, including, but not limited to, the Federal Fair Labor Standards Act, the California Labor Code, and any Minimum Wage Ordinance enacted by the County or any city within the County of Santa Clara. A potential contractor that has submitted a formal or informal bid to provide goods and/or services to the County may be disqualified if the potential contractor has been found, by a court or by final administrative action of an investigatory government agency, to have violated applicable wage and hour laws in the five years prior to the submission of a bid to provide goods and/or services. A current contractor found by a court or by final administrative action of an investigatory government agency to have violated applicable wage and hour laws, in the five years prior to or during the term of the contract with the County, may be in material breach of its contract with the County if the violation is not fully disclosed and/or satisfied per County guidelines and contract requirements. Such breach may serve as a basis for contract termination and/or any other remedies available under law, including a stipulated remediation plan.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 16
Page 15 of 133
V. RESPONSE FORMAT AND ORGANIZATION This section contains relevant information Offerors should use for the preparation of their proposals. A. NUMBER OF RESPONSES Offerors must submit only one written proposal, but may include more than one option or alternative offer of service in the proposal. An Offeror may submit an amended proposal before the deadline for receipt of proposals. Such amended proposals must be complete replacements for a previously submitted proposal and must be clearly identified as such in the transmittal letter. The County personnel will not merge, collate, or assemble proposal materials. Offerors will be allowed to withdraw their proposals at any time prior to the deadline for receipt of proposals. The Offeror must submit a written withdrawal request signed by the Offeror’s duly authorized representative addressed to the Point of Contact. B. ORIGINAL AND COPIES
a. Hardcopies Offerors must provide one (1) original and seven (7) identical copies of their proposal to the location specified on or before the closing date and time for receipt of proposals.
The original binder/submittal must be stamped “ORIGINAL” and contain original signatures on the necessary forms. The remaining sets should be copies of the originals.
b. Electronic Copy Electronic copy of the proposal is for the purpose of developing the contract for award. Offerors shall provide one (1) electronic copy of their proposal in flash drive format, readable by Microsoft Office (Word, Excel and Project) software. The flash drive shall be included in the ORIGINAL binder. C. PROPOSAL FORMAT All proposals shall be typewritten on standard 8 ½ x 11 paper (larger paper is permissible for charts, spreadsheets, etc.) and placed within a binder with tabs delineating each section. Hard copies should utilize both sides of the paper where practical. The proposal should be organized and indexed in the following format and must contain at a minimum all listed items in the sequence indicated. Failure to meet the proposal format will lead to disqualification. Table of Contents Tab 1: Table of Contents
Letter of Transmittal (Section V, A1) Executive Summary (Section V, A2) Offeror Experience/Information (Section V, A3) Financial Stability/Offeror Financial Information (Section V, A4) Past Performance (Previous Customer Reference Form) (Section V, A5) Insurance Requirements
Tab 2: (Section VI, C) Corporate Experience, Stability/Strength, and Reputation (include copies of Financial Statements here).
Tab 3: (Sections VI, D - H) Tab 4: Appendix A1: Technical Requirements Response Form
Appendix A2: Features, Functionalities, and Integration Response Form Appendix A3: Implementation, Project Management, Training And Ongoing Support Response Form Appendix A4: Vendor Acknowledgement of Vendor Remote Access and User Responsibility Statement Response Form
Tab 5:
Appendix B1 or/and C1: Technical Requirements Response Form (County Hosted/Vendor Hosted) Appendix B2 or/and C2: Security questions (County Hosted/Vendor Hosted) Appendix B3 or/and C3: Proposal Cost Response From (County Hosted/Vendor Hosted)
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 17
Page 16 of 133
Tab 6: (Section VI, J) Other Submittals Appendix D: Non-collusion Declaration Form Appendix E: Declaration of Local Business Appendix F: Declaration of Compliance with Wage Theft Prevention Policy Appendix G: Offeror’s Terms and Conditions *And any other modification of any other terms and conditions Appendix H: Offeror’s acknowledgement of Business Associate Agreement (BAA) Statements. Appendix I: Previous Customer Reference Form
Tab 7: Related Reference Material APPENDIX B3/C3: PROPOSAL COST RESPONSE FORM with relevant information shall be submitted in a separate sealed envelope marked ORIGINAL APPENDIX B3/C3 - Cost Proposal Response form”. In addition, submit all copies in a separate sealed envelope marked “Copies of Appendix B3/C3 Cost Proposal Response Form”. Both envelopes (ORIGINAL and COPIES) must be submitted with the original proposal.
D. PROPOSAL PREPARATION INSTRUCTIONS Within each section of their proposal, Offerors should address the items in the order in which they appear in this RFP. All forms provided in the RFP shall be thoroughly completed and included in the appropriate section of the proposal. E. NON-CONFORMING SUBMISSIONS A submission may be construed as a non-confirming proposal, ineligible for consideration or incomplete if it does not comply with the requirement of this RFP.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 18
Page 17 of 133
VI. OFFEROR SUBMITTAL AND REQUIREMENTS This section contains requirements and relevant information Offerors should use for the preparation of their proposals. Offerors should thoroughly respond to each requirement. A. LETTER OF TRANSMITTAL
The letter of transmittal should include:
a. Identify the submitting organization, include company name, business address, and headquarter location, all offices relevant to the proposed solution and services.
b. Identify all subcontractors that will be used in the performance of the contract. Include company name, business address; headquarter location, and all office relevant to the proposed solution and services. Explain what goods and/or services the subcontractor will provide in relation to the proposed solution. If no subcontractor will be used, state “No subcontractor will be utilized in the performance of the agreement.”
c. Identify the name, title, telephone and fax numbers, and e-mail address of the person authorized by the organization to contractually obligate the organization;
d. Identify the name, title, telephone and fax numbers, and e-mail address of the person authorized to negotiate the contract on behalf of the organization;
e. Identify the names, titles, telephone and fax numbers, and e-mail addresses of persons to be contacted for clarification;
f. Be signed by the person authorized to contractually obligate the organization; and
g. Acknowledge receipt of any and all addenda to this RFP
h. Identify all sections of the proposal that the Offeror claims contain “proprietary” or “confidential” information.
B. EXECUTIVE SUMMARY Include a one- or two-page executive summary which provides the Evaluation Committee with an overview of the significant business and service features of the proposal. C. OFFEROR’S EXPERIENCE / CORPORATE INFORMATION The Offeror shall include in their proposal a statement of relevant experience. The Offeror should thoroughly describe, in the form of a narrative, its experience and success as well as the experience and success of its subcontractors (if applicable) in providing services. Please do not refer to a link(s) but provide the actual written material in the proposal.
1. Corporate information:
a. The name of the jurisdiction in which the Offeror is organized and the date of such organization.
b. Length of time your company has been providing the offered solution.
c. A discussion of the type and duration of the business relationship with the manufacturer(s) whose products are included in the proposed systems.
d. A description of the Offeror’s organization, including names of principals, number of employees,
client base, areas of specialization and expertise, and any other information that will assist the Evaluation Committee in formulating an opinion about the stability and strength of the organization.
2. Specifics on the number of certified technicians and the depth of their experience with installing and supporting the proposed system. Identify the location and availability of the technicians.
3. Provide a complete disclosure if Offeror, its subsidiaries, parent, other corporate affiliates, or subcontractors have defaulted in its performance on a contract during the past five years which has led the
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 19
Page 18 of 133
other party to terminate the contract. If so, identify the parties involved and the circumstances of the default or termination. 4. A list of any lawsuits filed against the Offeror, its subsidiaries, parent, other corporate affiliates, or subcontractors in the past five years and the outcome of those lawsuits. Identify the parties involved and circumstances. Also, describe any civil or criminal litigation or investigation pending. 5. Provide copies of the most recent years independently audited financial statements, as well as those for the preceding three years. The submission shall include the audit opinion, balance sheet, income statement, retained earnings, cash flows, and notes to the financial statements. If independently audited financial statements do not exist for the Offeror, the Offeror shall state the reason and, instead, submit sufficient detail information (such as a Dun and Bradstreet report) to enable the Evaluation Committee to determine the financial stability of the Offeror. Offerors must provide information with their proposal and not defer submission at a later date. The Procurement Officer may request and the Offeror shall supply any additional financial information requested in a timely manner. 6. Provide at least three (3) different external references from clients who have completed their projects in the last three years and who are willing to validate the Offeror’s past performance on projects of same size and scope. Include public organization references, if any. The minimum information that shall be provided for each client reference follows:
a. Name and title of the contact person;
b. Name of the company or governmental entity;
c. Address of the contact person;
d. Telephone number and email address of contact person; and
e. Brief description of the system and services provided (name and version) and go-live date. 7. Offerors shall provide a certificate(s) of insurance or a copy insurance declaration page(s) with their proposals as written evidence of their ability to meet the insurance certificate and other applicable County insurance requirements in accordance with the provisions listed in Attachment 3 of the RFP. In addition, Offerors should provide a letter from an insurance agent or other appropriate insuring authority documenting their willingness and ability to endorse their insurance policies making the County an additional insured.
Offerors must provide this information with their proposal and not defer a submission at a later date. D. TECHNICAL REQUIREMENTS The County is seeking Offeror(s) to provide a complete solution to satisfy the technical, functionality, and integration requirements and Offeror(s) who is/are capable of providing the stated capacity and service levels as well as the training and technical support required to maintain the system in an operational status. The technical requirements are to be defined referencing the technical requirements in Appendix A1 and either B1 (county hosted) OR C1 (vendor hosted). Offerors must submit a thorough narrative supported by references to the technical documentation in response to questions asked in Appendix A1 and either B1 (county hosted) OR C1 (vendor hosted). E. FEATURES, FUNCTIONALITIES, AND INTEGRATION REQUIREMENTS The features and functionality requirements are defined in Appendix A2.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 20
Page 19 of 133
Offerors must complete and submit with their proposals the features and functional requirements referenced in Appendix A2. F. SUPPORT AND SERVICES The support and services (implementation, project management, training, etc.) are defined in Appendix A3. Offerors must submit a thorough narrative supported by references to the support and service questions asked in Appendix A3. G. VENDOR REMOTE ACCESS AND USER RESPONSIBILITY Attachment 4 lists the Vendor Remote Access and User Responsibility Statements. If offering a county-hosted solution, Offerors shall acknowledge agreement to abide by the terms and conditions of Attachment 4 on Appendix A4. Should Offerors object to any of the terms and conditions, Offerors must propose specific alternative language and indicate the reason for their objection. The County may or may not accept the alternative language. H. SECURITY Santa Clara County is committed to ensuring that appropriate security protections are in place for all data in our
custody. In support of this objective, we ask our vendors to provide us, under NDA as appropriate, some form of
assurance artifact(s), ideally prepared by an independent third party. Specific artifacts that will help us establish
the reasonable basis of assurance are listed in Appendix B2 and C2. If vendor proposes a county-hosted
solution, they must submit documentation as specified in Appendix B2. If proposing a vendor-hosted solution
then they must submit documentation as specified in Appendix C2.
I. COST PROPOSAL Offerors shall complete all pages of the Proposal Cost Response Form and submit it in a sealed envelope with their proposal. The proposed costs shall directly relate to the Project Work Plan. Please include Appendix B3 in your proposal for county-hosted solution and Appendix C3 for vendor-hosted solution. J. OTHER SUBMITTALS
1. NON-COLLUSION DECLARATION Offerors shall complete and include Appendix D - Non-collusion Declaration form with their proposal. 2. DECLARATION OF LOCAL BUSINESS Offerors shall complete and include Appendix E - Declaration of Local Business form with their proposal, if applicable. 3. DECLARATION OF COMPLIANCE WITH WAGE THEFT PREVENTION POLICY
Offerors shall complete and include Appendix F - Wage Theft Prevention Declaration form with their
proposal.
4. OFFEROR’S TERMS AND CONDITIONS
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 21
Page 20 of 133
Offerors shall initial and/or provide information based upon the appropriate statement on Appendix G. Failure to initial shall default to the first response, acceptance of the County’s terms and conditions as is. 5. BUSINESS ASSOCIATE AGREEMENT (BAA) Attachment 5 lists the Business Associated Agreement Statement. Offerors shall acknowledge agreement to abide by the terms and conditions of Attachment 5 on Appendix H. Should Offerors object to any of the terms and conditions, Offerors must propose specific alternative language and indicate the reason for their objection. The County may or may not accept the alternative language. 6. PREVIOUS CUSTOMER REFERENCE FORM Offerors shall complete and include Appendix I – Previous Customer Reference form with their
proposal.
7. INTENT TO RESPOND Pursuant to the Introduction section of this RFP, Vendors intending to participate in the solicitation
should submit via email, Appendix J - Intent to Respond, to the Procurement Officer, Michael Pfister at
email: [email protected], by the due date as specified in Section III.A, Sequence of Events.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 22
Page 21 of 133
APPENDIX A1 TECHNICAL REQUIREMENTS RESPONSE FORM
(ALL PROPOSALS) A. TECHNICAL REQUIREMENTS 1. Description of System
1.1. Provide an executive overview of the proposed solution – as it may get deployed – based information
presented in this RFP. 1.2. Describe all PACS that your company can provide including, but not limited to: Oncology, Nuclear
Medicine, Cardiology, GI, Ophthalmology, Dental, etc. 1.3. Provide a statement of key differentiators. List what differentiates your solution from those of your
competitors. 1.4. Provide a case study for a successful implementation used by a government agency of comparable
size. 1.5. Describe your EMI solution in detail along with illustration(s):
1.5.1. Explain how your solution will support an enterprise wide imaging strategy. 1.5.2. Does your solution offer one common viewer? 1.5.3. Describe in detail your process and methodology for gathering user requirements in order to
build and/or configure your solution to the needs of SCVHHS users. 1.6. Provide a description of the proposed product, database, software and services, including how the
proposed system will meet or exceed the requirements stated in the entire RFP. Include sufficient technical information about the software, hardware & operating environment, application level and data level security, and performance data to enable the County to determine whether the proposed system meets the technical environment prerequisites. Clearly distinguish between required and optional components.
1.7. Identify/list all software required for the solution that is not supplied directly by the Offeror (any/all third party software).
1.8. Provide an overview and benchmarks related to the system’s ability to archive images and its scalability. Include the number of studies, images, concurrent users as well as named users the proposed system will accommodate and state the maximum number of recommended users.
1.9. Does the system scale in vertical (increase the capacity of existing hardware) or parallel (add more application and web servers)?
1.10. What virtualized environments have your products been deployed with? 1.11. What operating systems are certified for use with your EMI solution? 1.12. Identify any requirement to purchase interfaces from other vendors to work with the proposed solution. 1.13. Can the system be purchased in modules and expanded? 1.14. Can the database, application and other components be configured to reside on separate independent
servers, so that one impacted subsystem does not affect the overall solution? 1.15. What database systems are certified for use with your EMI solution? Identify if the proposed software
is ODBC, OLE-DB or OLAP compliant. Identify any drivers provided. 1.16. Describe licenses required for the software (concurrent / per seat and the number associated). Does
your EMI solution software licensing scheme impose a physical or logical limitation on the number of users or devices which can be connected concurrently?
1.17. Describe the process for change management or customer notification. 1.18. Describe the current generally available (GA) version number and release date, including how often
new GA releases with new services and features are made available. 1.19. Describe how continuous application and system support is provided 24 hours a day, 365 days per
year. Describe the process for requesting support during standard business hours and after hours. 1.20. Provide the company escalation and response plan, and describe how issues are triaged and
escalated. 1.21. Provide the average response time of the proposed system based on your present knowledge of
SCVHHS environment and requirements. 1.22. Describe the level of customization available without a programmer or vendor support. 1.23. What basic 2D, advanced 2D and 3D tools are available to clinicians, specialists and remote
diagnosticians using your EMI solution Viewer? Is there any software installed with the viewer? 1.24. How are annotations stored?
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 23
Page 22 of 133
1.25. Describe how are duplicate objects handled. 1.26. Does your solution have ability to automatically reconcile objects with a patient identifier? 1.27. Describe limitations of the solution (i.e. number of users, roles, integrated PACS, sites, studies,
images, specialties (ologies), integrations, number of concurrent queries, etc.). 1.28. Does your solution have ability to restrict/limit unbounded queries? 1.29. Do you offer a response time guarantee/SLA in contract? How is this determined?
1.30. Handling of DICOM content:
1.30.1. Do you have your own DICOM development toolkit or you rely on third-party development? If you rely on a third-party DICOM toolkit, what is the product being utilized?
1.30.2. The County may want pure DICOM Part 10 files to be written natively to the storage system, not wrapped or encapsulated by other techniques. How will your system accomplish this?
1.30.3. Does your EMI solution support the validation the of inbound DICOM objects to confirm conformance to the DICOM standard? If so, describe how non-conforming objects are treated and how are exceptions logged.
1.30.4. How does your EMI solution support DICOM study close policies configurable at the device/connection level? If yes, can the DICOM study close policies be based on: - The closing of the DICOM association - Timer - The receipt of a subsequent DICOM Storage Commitment request
1.30.5. Can the County configure additional DICOM devices in your EMI solution as necessary? If no, is there a separate charge for configuring additional DICOM devices?
1.30.6. Does your EMI solution provide configurable options for performing lossless and lossy image compression of DICOM objects base the study type, organization node, etc.? If yes, describe the lossless and lossy DICOM object compression options supported?
1.30.7. Does your EMI solution provide for the automated internal validation of the DICOM object study metadata with a received HL7 order metadata?
1.30.8. Does your EMI solution provide the ability to coerce all changes to DICOM related fields maintained in the database into the DICOM header upon export?
1.30.9. Does your EMI solution provide the ability to perform transformations on incoming DICOM header data prior to population of its database?
1.30.10. Which DICOM Query/Retrieve models are supported (hierarchical, relational, study series, image level, etc.).
1.30.11. Does your EMI solution provide the functionality to span DICOM query SCP (C-FIND) requests to one or more other DICOM archives and provides a unified response to the original requesting DICOM device?
1.30.12. Does your EMI solution provide the functionality for forwarding DICOM retrieve (C-MOVE) requests to another DICOM archive?
1.30.13. Does your EMI solution store support storing multiple local patient ID’s for a single patient in its database?
1.30.14. Does your EMI solution provide the functionality of translating a DICOM object’s originating facility patient ID into the requesting facility patient ID automatically upon DICOM query and retrieve?
1.30.15. Does your EMI solution provide for a mechanism for outbound auto-routing of received DICOM objects based on source organization, source device, or storage policy?
1.30.16. Does your EMI solution support configurable business policies for storing received DICOM objects? If yes, please describe and indicate if the following storage options are configurable: Number of copies of a DICOM object to store? Type and ratio of image compression to use? Object retention period?
1.30.17. Does your EMI solution provide the ability to view DICOM association metrics (DICOM commands, performance, object counts, etc.)?
1.31. Handling of non-DICOM content: 1.31.1. Does your EMI solution import, store and manage non-DICOM objects (JPEG, TIFF, PDF,
MPEG, AVI, DOC, TCT, Wav, others) in their native (as received) format? 1.31.2. Does your EMI solution convert non-DICOM objects to another format when storing? If yes,
explain.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 24
Page 23 of 133
1.31.3. Are non-DICOM objects provided back to consumers in their native (as received) format without any loss of data?
1.31.4. Describe the methods your EMI solution supports for importing non-DICOM objects. 1.31.5. Can your EMI solution import, store and manage non-DICOM objects that have a study
context? If yes, can your EMI solution associate those non-DICOM objects with a DICOM study?
1.31.6. How is patient and study metadata obtained by your EMI solution for imported non-DICOM objects?
1.31.7. Does your EMI solution provide a method to classify non-DICOM objects upon import? Explain.
1.31.8. Does your EMI solution support Web Service API’s? If yes, what Web Service messages are supported?
1.31.9. Is non-DICOM object storage and management part of your EMI solution or provided by a third-party application?
1.31.10. Does your EMI solution has support for Cross-Enterprise Data Storage (XDS)? If yes, does your solution also provides XDS registry?
2. Integration
2.1. List different PACS that have been integrated/tested with your EMI solution. 2.2. Does your EMI solution support interface with Enterprise Master Patient Index (EMPI) system? 2.3. Does your EMI solution support multiple patient ID without an EMPI? 2.4. Do you have an interface to Epic? Explain the interfaces. 2.5. Describe integration of your EMI solution with Haiku and Canto from EPIC and the workflow of mobile
image capture. 2.6. Define the system’s capability to support multiple browser types (i.e. Internet Explorer, Mozilla Firefox,
and Chrome) on different platforms, and the minimum version of each browser supported if the system supports web-based access.
2.7. Specify all browser plug-ins necessary to utilize web-based features. 2.8. Identify any requirement to purchase interfaces from other vendors to work with the proposed solution. 2.9. Describe any built-in capabilities for integrating with external systems. 2.10. Specify the web service standards used and the functionality exposed through the web services, if the
system supports the use of web service protocols such as SOAP. 2.11. Are business rules modification supported? How is this change accomplished? If rules are changed,
how might this affect future product upgrades? 2.12. Describe the HL7 Interface and details on ADT, ORM, ORU, bi-directional updates of demographic
data, and reconciliation of ADT and Study data. 2.13. Describe integration with third party/department viewers. 2.14. Describe your EMI solution connectivity to other healthcare applications using the IHE sponsored
‘Connectathon’. 2.15. Describe how your solution facilitates exchanging imaging data through an HIE. Provide details of
what HIE systems your solution has exchanged such data with. 3. Data Management
3.1. Describe system’s overall data management approach. 3.2. Explain if the data is stored or archived in separate databases. 3.3. Explain how data is stored for DICOM objects. 3.4. Explain how data is stored for non-DICOM objects. 3.5. If the County system administrator were looking at the file system underlying your software, what
would be the file format and file extension of the archived DICOM files? 3.6. If the County systems administrator were looking at the file system underlying your software, what
would be the file format and file extension of the archived non-DICOM files (for example, a PDF file, a JPG file, and an MPEG file)?
3.7. In storing studies in DICOM, does your EMI solution use wrapper(s). 3.8. If the Offeror’s solution requires wrapping non-DICOM data into DICOM Part 10 to store in the system,
does the solution use wrapper(s).
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 25
Page 24 of 133
3.9. Describe your ability to have a flexible organizational nodes and structure, separated retention policies while maintaining unified data structure for all patient centric data?
3.10. Describe your ability to add new organizational nodes at will, what impact does this have on the unified patient centric data structure?
3.11. Describe your ability to delete organizational nodes? Does this require an export of data from a patient table structure into a different table structure?
3.12. Describe how studies are migrated from existing system to your EMI solution. Does your solution includes tools, which County can use to migrate studies?
3.13. Describe how your solution facilitates migrating studies out of your solution. Do you offer tools, which County can use to move studies out of your system? Explain how data can be retrieved from the solution.
3.14. Explain how the entire dataset could be retrieved in an industry standard format in case of disengagement or discontinuity of service.
3.15. Where has your solution previously successfully provided an EMI architecture allowing for a PACS replacement without data migration? Describe the system’s data archiving capabilities.
3.16. Describe the system’s ability to provide statistical analysis of historical data. 3.17. Indicate if the proposed system requires a county provided DBA (Database Administrator) or PACS
Administrator for support. 3.18. Describe your data conversion strategy and tools, given the need to convert/import historical data from
legacy systems. 3.19. How do you handle data migration? Do you have data migration functionality embedded in your
product or licensed separately? 4. Reporting
4.1 Describe the system’s standard reporting and report generation capabilities including dashboards and
drill down. 4.2 Describe the system’s data export capabilities for reporting. 4.3 Describe the reporting software compatible with the proposed system (Crystal Reports, Tableau, MS
Excel, MS Access, MS Word, etc.). 4.4 Describe capabilities and process for creating, editing, and maintaining displays and reports. 4.5 Describe capabilities for customizing views, graphs, and reports by individual user. 4.6 Can reports run on a schedule and be delivered to users? 4.7 Can reports be exported and which formats (Excel, PDF, etc) are supported?
5. Communications
5.1 Describe the system’s capabilities for supporting mass communication (i.e. all users). 5.2 Describe the system’s capabilities for providing targeted communication (i.e. by group, role, etc.) 5.3 Describe the system’s capabilities related to real-time communication by group or one-to-one. 5.4 Describe the system’s built-in help system. 5.5 Describe how images and studies can be shared with
- satellite clinics - Other hospitals (outside County’s firewall) - Referring physicians (outside County’s firewall) - Patients (outside County’s firewall)
5.6 How are users aware of new images available in the image sharing solution? 5.7 Describe how your solution provides image sharing both 'inbound' and 'outbound' from our
environment. 5.8 Does your image sharing solution provide capability to 'edit' data have been received from
disparate/external PACS? 5.9 Does your image sharing solution provide notification for users when the images are ready to view? If
so how? 5.10 How does a user know that the entire study sent for sharing has been received?
6. Hardware and Software
6.1. Include a list of all hardware and software components the County must purchase.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 26
Page 25 of 133
6.2. Describe the proposed systems transaction processing capabilities. 6.3. Describe how the client software and agent components are able to coexist with other software and
application on end-user devices. 6.4. Describe the minimum monitor and screen resolution limit. 6.5. Describe any customer required maintenance/support tasks, and any relevant maintenance
schedules.
7. Network 7.1. Please describe the per-user network bandwidth requirements for usage of your product. Estimate
should be based on a typical end user. Please be sure to detail the expected requirements throughout the entire active session.
7.2. Can your EMI solution automatically notify system administrators of hardware or software malfunction? 7.3. Offeror must meet the SCVHHS technical requirements listed in section I.B.5, “Combined SCVHHS IS
and SCC ISD Technical Environment”. 7.4. Provide a system/network design diagram, which provides a visual summary of the system’s servers,
network and ancillary components and their relationships. 7.5. Describe any proprietary equipment utilized. 7.6. Describe any special networking requirements, i.e. dedicated/segregated network segments, VLANs,
etc. 7.7. Describe the response time expected with the proposed system in both vendor hosted system and
county hosted system, as applicable. 7.8. Does the solution support multiple network interfaces with different transports active simultaneously?
8. Storage
8.1. Is your EMI solution capable of adding storage without disruption of services? 8.2. Is your EMI solution capable of permitting County the ability of changing the storage location of any
stored data from one storage solution to another, without the need of professional services from the offeror?
8.3. Explain how data is archived (e.g., on demand, automatically, batch processing etc.), and the capabilities of the system for retaining data as required by applicable federal, state, and/or local laws and/or regulations. Also describe how the records/files are maintained in a manner to preserve their completeness and accuracy over time.
8.4. Describe how the system will store the data on non-proprietary media and in an industry-standard format.
8.5. Describe the best performing configuration of storage for short-term image archive cache in your proposed solution.
8.6. Describe the long-term storage options available for the system. 8.7. Indicate the support for storage protocols.
9. Backup/Recovery/Redundancy 9.1. Explain in detail your company’s ability to provide 99.99% uptime of the system. Describe the
methodology and application/hosting architecture used to ensure this level of reliability. 9.2. Describe Disaster Recovery (DR) and Business Continuity (BC) capabilities for the proposed solution. 9.3. Explain in detail the process used to notify County of application downtime for both planned and
unplanned outages in vendor-hosted solution. 9.4. Explain in detail geographic separation of redundant datacenters used to mitigate wide area disasters
or events for vendor-hosted system. 9.5. Explain and describe in detail the features used to ensure the security, redundancy, resiliency and
integrity of the datacenter(s) hosting the application, infrastructure and other components. 9.6. What is minimum Recovery Point Objective (RPO), Recovery Time Objective (RTO) and Recovery
Time Actual (RTA) that your system can achieve (include hardware and network requirements needed to achieve that)?
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 27
Page 26 of 133
10. Software Releases
10.1. Does the solutions software release upgrade provide documentation that identifying all files changed
by the release? 10.2. What have been the typical frequency of software releases for the solution over the past two years? 10.3. Describe the expected frequency of software releases in the Vendor Explanations section for the
upcoming two years. 10.4. Describe or attach the company policy regarding the use of anti-virus software with the proposed
system. 10.5. Describe the disclosure policies related to security vulnerabilities found in the system, including
procedures in place to notify customers of potential flaws, and the average time between a flaw being discovered and corrective action taken.
10.6. Indicate how bug/hot fixes are addressed and is there any charge for it? 11. Support / Vendor Remote Support
11.1. Provide a copy of the Service Level Agreement. 11.2. Provide the company escalation and response plan, and describe how issues are triaged and
escalated. 11.3. Describe the level of customization available without a programmer or vendor support. 11.4. Provide the location of the closest service representative. 11.5. Provide any software application and hardware requirements if Vendor supplies remote support. 11.6. Provide network diagram for vendor remote support. 11.7. Critical Updates, Patches and Antivirus
11.7.1. Describe the process for approving and installing operating system Critical Updates. Attach the Offeror policy regarding Microsoft/Red Hat Critical Updates.
11.7.2. Describe or attach the company Service Pack policy for the proposed solution. 11.7.3. Describe the Antivirus software used to protect data in real-time on the vendor’s servers and
workstations. 11.7.4. Describe any issues that may occur when running Antivirus software in real-time on devices. 11.7.5. Describe or attach the company policy regarding the use of anti-virus software with the
proposed system.
11.8. Application Security Features 11.8.1. Describe the system’s compliance with LDAP (Lightweight Directory Access Protocol) and
how the system can be configured to authenticate users against it. 11.8.2. Describe how the proposed solution can be configured to authenticate users against an
Active Directory tree, if possible. 11.8.3. Describe how the solution audits user access and privilege use and the information that is
logged. 11.8.4. Describe how the solution allows the County to configure minimum password difficulty
requirements, and password lockout policies. 11.8.5. Describe how the solution allows system administrators to set a password expiration policy,
thereby requiring end-users to change their passwords at a specified interval. 11.8.6. Describe how the solution encrypts sensitive information transmitted across the network and
internet, and specify the algorithms used. 11.8.7. Specify whether the system establishes user identity via:
- A user ID and password; or - Two-factor authentication, such as a smart-card and a PIN. If two-factor authentication is available or used, Offeror must describe the hardware requirements, the authentication process and any supplies needed for ongoing implementation.
11.8.8. Describe how access privileges are configured in the system, and whether or not privileges can be based on group designations.
11.8.9. Describe how different levels of security and privileges are established. 11.8.10. Specify if a “user inactivity timeout” feature is available, that forces a user to re-authenticate
if idle for a preconfigured amount of time.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 28
Page 27 of 133
12. Escrow 12.1. Explain your company’s ability to make available a software escrow account and include the source
code and all products released during the maintenance term, including third party software. List the products that your company will hold in an escrow account and a list of those products that cannot be held and explain why.
12.2. Explain in detail the process to retrieve the software source code. 12.3. Provide written evidence of ability to provide and maintain a Software Escrow account in the form of a
letter from an escrow agent or other acceptable third party. 12.4. Explain in detail the build environment needed to support and/or compile the source code in the
Software Escrow Account. 13. Functional Requirements
13.1. Describe your workflow training for users. 13.2. Explain how your system uses logic and business rules for guide user workflow. 13.3. Describe how your system uses logic and business rules to minimize errors and improve efficiencies. 13.4. Explain the number of steps and clicks per step involved in saving and in retrieving an image. 13.5. List the regulatory agencies that have certified your system. 13.6. Describe awards and recognitions received in acknowledgement of your product. 13.7. Provide examples of your standard reports and dashboards. 13.8. Describe the reporting system's functionality with respect to statistical calculations, queries, spell
check, time period, etc. 13.9. What is your approach for enabling physician’s access to 21 years of legacy images and legacy
reports for comparison studies? 13.10. Describe your approach to converting legacy images and reports and the ability to review the legacy
information alongside a new image and new report.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 29
Page 28 of 133
APPENDIX A2 FEATURES, FUNCTIONALITIES, AND INTEGRATION RESPONSE FORM
(ALL PROPOSALS) The features, functionalities, and integration requirements for physician group for a county hosted solution are listed in this section. Vendors must include completed Appendix A2 and include in their proposal and either Appendix B1 (county hosted) or Appendix C1 (vendor hosted) 1. Each item is rated based upon level of importance: “M” means Mandatory, “HD” means Highly Desirable, “D” means Desirable, and “U” means Useful. M001 – M021 are mandatory requirements. Mandatory requirements must be in the offered current production version by the RFP closing date and time. Solutions that do not meet the mandatory requirements will be deemed non-responsive and the proposal(s) will not be considered. Place “Yes” or “No” in the “Availability” column for mandatory requirements and provide proof if answering “Yes.”
REQUIREMENTS:
ID Description Importance Meet Mandatory
Requirement? (Yes/No)
Proof if Answering Yes Reference related material by title and include in Tab 6
M01 Infrastructure Compatibility - The system shall
adhere to combined SCVHHS and SCC ISD
Server, Network and Desktop computing
standards. (See Section I.B.5 "Combined SCVHHS
IS and SCC ISD Technical Environment ").
M
M02 System conforms to federal, state, and local
regulations.
M
M03 Centralized system administration for managing
roles, users, image life cycle management,
business rules and storage space.
M
M04 Roles-based, password-protected access to ensure
that only authorized users update and view
sensitive data.
M
M05 Provides various levels of access permission
assigned to different designated users.
M
M06 Provide a transaction audit trail for compliance
reporting that automatically records date and time
of the transaction, person making the change and
the type of change (add, edit, delete and view).
M
M07 Ability to store DICOM and non-DICOM objects. M
M08 Ability to provide DICOM wrapper for non-DICOM
objects.
M
M09 Ability to store non-DICOM objects in native format. M
M10 Ability for bidirectional data exchange via HL7 with
EPIC and other systems.
M
M11 Ability to process and automate distribution of HL7
messages to multiple systems.
M
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 30
Page 29 of 133
ID Description Importance Meet Mandatory Requirement? (Yes/No)
Proof if Answering Yes Reference related material by title and include in Tab 6
M12 Ability to provide Modality Work List (MWL). M
M13 Ability to automate distribution of DICOM and non-
DICOM objects to multiple reading and archiving
system.
M
M14 Provides zero footprint Universal Enterprise Viewer
to view DICOM and non-DICOM objects in a
secure mode (SSL).
M
M15 Ability to view and compare images side-by-side
with prior studies.
M
M16 Universal Enterprise Viewer shall allow secure
sharing of images with other hospitals, physicians
and patients outside of County’s firewall in
compliance with HIPAA, federal state and local
regulations.
M
M17 Reconciliation of images/studies from systems
having different patient id without having a need for
Enterprise Master Patient Index.
M
M18 Ability to integrate with Haiku and Canto (from
EPIC) and support secure image capture using
mobile device without leaving any ePHI data or
image on the mobile device.
M
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 31
Page 30 of 133
2. Offeror shall place the appropriate letter response code in the “Availability” column for non-mandatory requirements. If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column.
“A” means specification is one that currently exists in the proposed software, in the current production version and included in the County’s price. ‘B” means specification is not in the proposed software but it is a planned enhancement. The enhancement will be included in the system at no additional cost. “C” means specification is not part of the proposed software but can be added at an additional cost. Disclose all costs on the Cost Response Form. “D” means specification is not available in the proposed solution.
6. Offeror may use the “Comments” column to reference, by title, any related technical material and include the
material in Tab 6 of the proposal.
ID Description Importance
(HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
General
GN01 Ability to support zero downtime configuration (for
upgrade and business continuity).
HD
GN02 Ability to manage URL/Context (web links stored in
EPIC for images of HeartLab will need to be changed).
HD
GN03 Bidirectional dynamic tag mapping/morphing. HD
GN04 Context management that can manipulate and share all
information in an image file, including annotations and
notes. HD
GN05 Sophisticated ILM and purge capabilities driven by
user-accessible metadata filters.
HD
GN06 Pre-fetch patient studies utilizing HL7 ADT, Order or
Schedule messages to anticipate the need proactively. HD
GN07 Pre-fetching of images and auto-routing to support
PACS that cannot retrieve from foreign archives. HD
GN08 Automatic reconciliation of incoming data with an order
or visit based on business rules. HD
GN09 The system should handle
Admissions/Discharge/Transfer (ADT) update to image
files stored in the archive. HD
GN10 Enable search of the archive at all four information
levels: patient, study, series and image. HD
GN11 Accept, manage and exchange all active DICOM SOP
Class objects including Presentations States and Key
Image Notes. U
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 32
Page 31 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
GN12 Gateway architecture to establish local interface to the
EMI and also provide for a cache for most recent or pre-
fetched data. HD
GN13 Contractually guaranteed access to the data dictionary
and database schema, making the County the owner of
the data. HD
GN14 If using a per-study count pricing mechanism, should be
based on study ingested and not order received. HD
GN15 If using a per-study count pricing mechanism, should
not increment a per-study cost if an order is cancelled
and the study deleted. HD
GN16 Detailed reporting capabilities including: Utilization,
Storage Reports (Modality, Institution, Study, Referring
Physician). HD
GN17 Ability to create rules and manage/separate images
based on sending institution or modality. HD
GN18 DICOM Query/Retrieve from any DICOM-compliant
system. HD
GN19 DICOM Routing is easily configurable. HD
GN20 The solution is capable to have studies and content to
remain synchronized across EMI solution and
connected PACS. HD
GN21 The solution will support any 3rd party PACS or
departmental modalities for digital images. HD
GN22 The solution provides for separate ILM policies per data
object source. U
GN23 The solution is capable of treating pediatric and
mammography data differently from other data. HD
GN24 The solution allows for different storage management
and retention policies based on clinical metadata. HD
GN25 The solution provides a mechanism for organizing
exceptions based on metadata validation of incoming
data objects that will require manual reconciliation. U
GN26 Capability of cascade querying until all of our images
from all PACS and other systems are in the EMI. HD
GN27 Accessing the diagnostic report from within the DICOM
study. The EMI solution should support structured
reports and be able to include a diagnostic report from
an HL7 message within the DIOCM study as a
structured report.
U
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 33
Page 32 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
GN28 Provide County with a tool to migrate images/studies
from DICOM compliant PACS/devices.
HD
GN29 Provide County with tools to import (on schedule or in
near real time) images/files from folder with partial
demographic data to the Provider’s Solution/VNA.
HD
GN30 Provide XDS (Cross-Enterprise Document Sharing)
registry.
HD
GN31 In Audit Trail Log, the system should be able to track
the data that was changed or deleted.
HD
Universal Viewer and Sharing
UV01 The ideal vendor’s solution should include a zero-
footprint viewer that can be integrated into the County
Active Directory Structure.
HD
UV02 Images are available from a secure website (https) with
a secure user name and password. HD
UV03 Unlimited web viewer licenses for Referring physicians HD
UV04 Web and remote access uses compression technology
to decrease download time. HD
UV05 Images are available in both DICOM full function and
JPEG partial function to accommodate any type of
computer or Internet connection. HD
UV06 Can users choose their preferred viewer for non-
DICOM objects at the client level? For example, large
JPEG images to be displayed by an external JPEG
viewer with specific tools instead of standard DICOM
viewer.
D
UV07 Allows annotation and measuring tools using universal
viewer. HD
UV08 Allows sharing of images and studies with other
hospitals, referring/consulting physicians, patients and
other users at County. HD
Project Approach
PA01 Describe the Project Management process and staff to
support and manage the project implementation.
HD
PA02 On-site training is included in the project plan. D
PA03 Explanation of the training methodology is provided in
sufficient detail.
U
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 34
Page 33 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
Security
SEC01 Robust tracking of users and system interactions. HD
SEC02 Certification of vendor solution by third party. U
SEC03 Passwords generated/used for application are of sufficient complexity.
HD
SEC04 All login attempts, both successful and failed, are logged and monitored.
HD
SEC05 User accounts should be locked after a defined number of failed login attempts.
HD
SEC06 Notification messages should not include any ePHI. HD
System Administration
SA01 Provide the ability for System Administrator to
add/remove/change roles, departments, groups, users
etc.
HD
SA02 Provide a user-friendly interface to manage business
rules and ILM.
HD
SA03 Provide a user-friendly interface to manage morphing
and routing.
HD
SA04 Provide the ability for System Administrator to view and
correct routing, exceptions and errors as applicable.
HD
SA05 Provide user-friendly tool that County can use to
migrate existing studies from other systems to VNA.
HD
SA06 Provide access controls for DICOM queries. HD
SA07 Provide pro-active monitoring. Describe how your
support team maintains the health of the system.
HD
SA08 Provided tools/functionality to handle exceptions. HD
System Look and Feel
UI01 Simple to use, easy to read, user friendly interface. HD
UI02 GUI screens should use reasonable colorful differentiation.
D
UI03 Fully scalable fonts (resizing of workspace for visibility or real estate).
HD
UI04 Easy forward and backward navigation between workflow/entry.
HD
UI05 Page splitting (side by side viewing) for easy workflow compare on or workflow training.
U
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 35
Page 34 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
UI06 Intuitive layout for easy navigation. HD
UI07 Navigation by workflow. HD
UI09 Change alerts (email) and logging. U
UI10 Stored data is simple to relocate once saved. HD
UI11 Allow complete development, submission, review and
communication through a web-based application which
is compatible with multiple browser platforms.
HD
Reporting
RP01 Include a reporting tool to produce custom reports and
views of data.
HD
RP02 Provide ability to save created reports as templates. U
RP03 Provide ability to export report to Excel or PDF. HD
RP04 Provide ability to print the variable definitions of each
report on the face of the report.
D
RP05 Provide spell-check and formatting options for reports. U
RP06 Other report writing tool or transcription tool compatible
are compatible with the system.
U
RP07 Provide canned exception reports to capture data entry
inconsistencies, values flagged by the system, field
entry exceptions, and entries subject to specific
business rules.
HD
RP09 System includes a set of standard reports. HD
RP10 Describe the reporting system's functionality with
respect to statistical calculations, queries, spell check,
time period, etc.
HD
RP11 Include a reporting tool to produce custom reports and
views of data.
HD
Post Implementation Support
PI01 Provide automated notification for required upgrades and patching.
HD
PI02 Clearly describe the vendor's implementation support
proposed and associated costs. This vendor capable of
providing the required categories and levels of support
for ongoing assistance.
HD
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 36
Page 35 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
PI03 The maintenance and support agreement meets County
standards.
HD
PI04 System updates included with the product as part of
maintenance and support agreement at no additional
cost.
D
PI05 Training on System Software Upgrades is included with
in the maintenance and support agreement.
U
PI06 Every system upgrade is proceed by release notes and
notifications to customers.
D
PI07 Vendor will remotely facilitate system upgrades
(application, etc.)
HD
Ease of Use
User Options:
F01 Ability to allow customization of:
F01.1 Field Labels
U
F01.2 User Defined Fields
U
F01.3 Validations
U
F01.4 Screens
U
F02 Default Values (based on screen or table):
F02.1 Provide security controlled access to the
customization or definition of tables U
F02.2 Establish table edits or validations within user-
defined fields U
F02.3 Flag custom programming and prevents
overwrite during upgrades U
F02.4 Flag custom help text and prevents overwrite
during upgrades HD
F02.5 Provide for user-defined screen literals (field
label) associated with data field U
F02.6 Allow for System Administrators to modify and
customize existing screen data elements and layout
D
F02.7 Support ability to save work in progress U
F02.8 Provide visual cues for user to easily see
where they are in their workflow (i.e. business rules, confirmation)
U
F02.9 Provide workflow tools to prompt user to
continue on to next logical step in business process
HD
F02.10 Provide "save" and "continue" prompts for user
throughout application HD
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 37
Page 36 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
F03 Provide a standard user interface throughout all
modules for the following actions:
F03.1 Searches HD
F03.2 Adding / updating data HD
F03.3 Report generation HD
F03.4 Navigation through the system HD
Online Help
G01 Provide on-line context sensitive definitions for menu-
screen selections U
G02 Customize help text U
G03 Add internal policies and procedures to help text U
G04 Provide updates to on-line documentation with each
software update HD
G05 Provide release notes for every minor or major releases HD
User Documentation
H01 Include a complete on-line copy of the user
documentation HD
H02 Include on-line user documentation and help files which
are searchable based on a topic and/or keyword HD
H03 Incorporate wiki-based user support HD
Technical Documentation
TD01
Include a complete on-line copy of the technical
documentation (system administration, configuration
workbook, system architecture, application architecture,
etc.)
HD
TD02
Provide technical documentation, within each screen
that includes source of all data (i.e., data element name
and table or calculation)
HD
TD03
Include documentation that explains system error or
performance messages to users and administrators,
with the actions required
HD
Other Environments
J01 Create separate multiple environments, including:
J01.1 Production
HD
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 38
Page 37 of 133
ID Description Importance (HD) Highly Desirable
(D) Desirable (U) Useful
Availability (A/B/C/D)
Comments Reference related material by title and include in Tab 6 (If your availability response is “B” or “C”, please provide the estimated delivery date in the Comments column)
J01.2 Test/Training
HD
J01.3 Disaster Recovery
HD
J02
Include test transactions, with input, that have been
defined and are available for validating the functionality
of the system
HD
J03
Use subset copies of the production database for
testing, development or training (i.e., database structure
intact with a subset of the real data)
HD
J04 Provide testing of configuration changes HD
J05 Provide testing of control file changes HD
J06 Create a testing environment that includes all functional
components of the production environment U
J07 Preserve user profiles when loading a new release to
any environment HD
J08 Copy entire production database into a test
environment HD
J09 Copy entire production database into an alternate
environment with de-identified data HD
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 39
Page 38 of 133
APPENDIX A3
IMPLEMENTATION, PROJECT MANAGEMENT, TRAINING AND ONGOING SUPPORT RESPONSE FORM (ALL PROPOSALS)
1. Project Implementation Plan and Project Management Team
a. Include the implementation plan and approach the Offeror intends to employ for the project and an explanation of how it will support the project requirements and logically lead to the required deliverables. The description shall include the organization of the project team, including accountability and lines of authority.
b. Describe services that will be provided to ensure success of the project e.g. publicize the system to employees, organizing support infrastructure and processes, consulting on content set up and management.
c. Describe how the relationship between the County and Offeror will be managed from an account and
technical support perspective.
d. Describe what is required of the County to ensure the successful implementation of the system.
e. Include the steps that will be undertaken to identify and resolve any issues or problems before, during, and after the implementation.
f. Include a list of proposed project staff and key personnel for the project. Identify which project roles you
usually require your customer to fill.
g. Provide resumes, experience narratives, and at least one reference for key personnel who will be assigned to the project, if awarded the contract.
h. Explain the relationship of the project management team with the Offeror, including job title and years of
employment with the Offeror; role to be played in connection with the proposal; relevant certifications and experience.
2. Statement of Work (SOW) - Training Plan a. Include a description for training of both real time and batch responses for three different audiences:
i. Power users/administrators, general users, Content creators and Instructors.
ii. Technical administrators of the proposed system.
iii. Technical operations staff and support staff for the proposed system. b. Describe the type and quantity of training that will be provided for each audience. The description must include:
i. The methods by which training will be provided e.g. online, on-site, webcast, self-paced online courses etc.
ii. A recommended training curriculum;
iii. Explain how the Offeror will work with the County to determine training needs and tailor the curriculum.
iv. Explain the type of training that will be provided at what stage/phase of the project as well as follow-up training after implementation.
v. Explain the ability to provide training at a County location. c. Describe the training facility requirements for physical layout, communication needs (internet connectivity, etc.), projectors, # of computers, etc. that are needed to fulfill the proposed training plan. Identify which elements of the training facility will be supplied by the Offeror.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 40
Page 39 of 133
3. SOW - Project Work Plan Include a detailed work plan for the implementation and operation of the proposed system.
a. Task Level -The plan shall include all activities necessary for a successful project down to the task level. No task can exceed more than eighty hours in the work plan.
b. Identify All Resources - The plan shall clearly identify all Offeror (including subcontractors) and using
agency resources required to successfully complete the project. Provide job descriptions and the number of personnel to be assigned to tasks supporting implementation of the project. Identify County resources needed for each task.
c. Deliverables – describe the deliverables of each task.
d. Time lines – describe the timeline of each task.
e. Acceptance criteria – describe the criteria used to determine completion of each task.
f. Plan Progress Charts - The plan shall include appropriate progress/Gantt charts that reflect the
proposed schedule and all major milestones. A sample project plan shall be submitted using Microsoft Project.
4. System Documentation
a. Describe the documentation provided to facilitate system implementation.
b. Describe the System Administrator documentation provided.
c. Describe if user groups exist to collaborate on issues pertaining to the Offeror’s software, including how often and where they meet. Explain if the user group is a separate independent organization or funded and organized by the Offeror.
d. Attach a listing summarizing available stock (“canned”) reports provided by the solution and a sample of
each.
e. Describe how system documentation is provided (online, hard copy etc.) for the initial implementation as well as future updates and releases.
f. Describe any user help system that is included as part of the solution.
5. Acceptance Test Plan Include an acceptance test plan. The plan shall individually address each system component that comprises of the proposed system, approach for load testing, and number of people to be involved in testing. The plan should document the acceptance testing approach, resources and/or tools that may be used to validate the functions and features of the proposed system. Include an example test plan that is representative of the structure, content, and level of detail planned for this project. 6. Risk Management Submit a risk assessment using the methodology published by the Project Management Institute or other comparable methodology. Include risk mitigation strategies as well as the resources the using agency may utilize to reduce risk.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 41
Page 40 of 133
7. On-Going Service and Support a. Describe the post implementation follow-up activities that will be provided by the Offeror, specifically addressing the following tasks:
i. Post-live system debugging to bring application into full conformance with documentation, proposal, and modification specifications.
ii. Six-month and 12-month post live operational (non-technical) audits to review SCVMC utilization of the software and to provide recommendations for optimizing benefits.
iii. Describe how application and support documentation is updated and distributed. b. Provide the normal hours and describe the channels (phone, email, web, etc.) for support. Describe how after hours support is provided. Describe the support and escalation process, including response times. c. Indicate the current version of the package/solution. Indicate when the next major version of the package/solution will be available. For major software upgrades, describe how often upgrades are released, how upgrades are defined, developed, tested and released, how customers are notified and educated about the upgrade. Describe the decision process on how new features and functions get included in the product. d. Explain if the cost of upgrades (including “patches”, corrections to defects, feature enhancements, and minor and major version updates) is included with the proposed solution. e. Explain if software upgrades, or other maintenance window, will impose a service disruption on the system. If yes, discuss frequency and duration of the service disruptions. f. Describe the method used for change management and advance notification timeframe for application changes. g. Explain if there is a user group. If yes, explain how often they meet and where the meetings are held. Include if the user group is a separate independent organization or funded and organized by the Offeror. 8. Value Added Services (Optional) Offerors are encouraged but not required to propose any optional value added services they believe would help the using agency to effectively implement, operate, or use the proposed system. Information provided in this section must be directly relevant to and not exceed two (2) pages in length.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 42
Page 41 of 133
APPENDIX A4 OFFEROR’S ACKNOWLEDGEMENT
VENDOR REMOTE ACCESS /SECURELINK AND USER RESPONSIBILITY STATEMENTS RESPONSE FORM (ALL PROPOSALS)
If offering a county-hosted solution, Offerors shall acknowledge agreement to abide by the terms and conditions of Attachment 3 here. Should Offerors object to any of the terms and conditions, Offerors must propose specific alternative language here and indicate the reason for their objection on this form. The County may or may not accept the alternative language. Offerors must provide this information with their proposal and not defer a submission at a later date.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 43
Page 42 of 133
APPENDIX B1 TECHNICAL REQUIREMENTS RESPONSE FORM
(COUNTY HOSTED) If proposing a County Hosted System please complete and submit Appendix A1 and Appendix B1 with your proposal. A. TECHNICAL REQUIREMENTS
1. Description of System
a. Do you require operation from a central application or any of these applications can be distributed to remote satellite operations? If the latter, what aspects of the operation will be more difficult/easier to manage?
b. Does the solution support highly available Virtual Servers? If so, please describe the capabilities.
2. Data Management
a. Please provide a scalability scenario for the addition of users and the location of the recommended break points. This should be based on the "best practices" for server sizing given an assumed user base.
3. Scalability
a. Define the scalability of the proposed system. b. Can the system be purchased in modules and expanded? c. Does the system scale in parallel, i.e. can additional application servers be configured in a load-
balanced cluster? d. Can the database, application and data analysis components be configured to reside on separate
independent servers, so that one impacted subsystem does not affect the overall solution?
4. General a. Define the requirements for a test system. Include all related components (hardware, software, etc.)
Include test system costs
5. Equipment and Software a. Provide detailed server hardware specifications, including but not limited to:
(1) operating system (2) processors type and speed (3) redundancy (4) system configuration (5) hard drive size
b. Describe hardware support and escalation process. 6. Backup/Recovery
a. Describe the process for automatic reprogramming and/or recovery after a failure due to hardware, software, or absence of power.
b. Describe the architecture of the solution to support load balancing, high availability and clustering. c. Does the solution provide capabilities for change control/management? d. Does the solution support active/active clustering? e. If the solution supports clustering, describe the process for adding additional servers the cluster. f. If the solution supports clustering, can a cluster node be scheduled to be removed from a cluster without
affecting any in-flight transactions or processes. g. Describe the capabilities for Business Continuity Planning (BCP) and/or and Disaster Recovery (DR)
capabilities of the solution and the recommended configuration(s) to implement it, balance cost versus BC/DR over-design.
h. Does the solution support installing the product in any directory on any drive? i. Does the solution provide the ability to save configuration metadata data for reuse in silent installations? j. Does the solution provide the capability to support a silent script install.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 44
Page 43 of 133
i) If so, please describe the process to support a silent install and particularly one without the necessity of human intervention.
ii) If so, does the silent installations provide warning and error messages detailing installation failures and/or warnings to indicate configuration issues?
k. Does the solution generate an Installation log detailing all installation events (services, executables, setting privileges, movement of files, etc.)?
l. Does the solution provide or execute a pre-Installation check of the environment and identify any configuration errors (operating system software levels and requisite patches, disk space, available memory, etc.)?
m. Does the solution provide to execute a post-Installation check of the environment and identify any configuration errors (operating system software levels and requisite patches, disk space, available memory, etc.)?
n. Does the solution provide any samples to test and verify the installation? i) If so, please describe the capability provided
o. Does the solution provide an automated uninstall tool to remove the solution i) If so, does this support the ability to save meta data or databases configured by the solution (Event
Triggers, Message Structure Type Definitions, Routing Rules, or Transformation Rules? ii) If so, does the uninstall tool provide the ability to optionally preserve the existing installation settings
to facilitate a product reinstallation. p. Does the solution support the capability for multiple versions of the solution to be installed on the same
host? i) If so, can these multiple instances operate concurrently on the same host providing support for
multi-instance environments (for upgrade and release support)? ii) If so, can an instance can be removed from the environment without affecting other instances on the
same host? q. How can the solution be configured to avoid points of failure?
7. Network/Hardware
a. Provide specifications for a virtual server environment (i.e. VMware).
8. Storage
a. Describe the maximum size of the database and the largest currently operating production and archive directories
9. Software Releases
a. Does the solutions support software releases with backward compatibility of interfaces, metadata, and configurations?
b. Does the solutions support the ability to have software releases applied to specific product instances independently?
c. Is the solutions software release upgrade process fully automated? d. Does the solutions software release upgrade process perform an automated upgrade of configuration
metadata and databases? e. Does the solutions software release upgrade process perform an automated backup of the pre-upgrade
product state? f. Does the solutions software release upgrade process perform an automated rollback and restore
reverting to the pre-upgrade product state in the event of an upgrade error or operator intervention during the upgrade?
g. Does the solutions software release upgrade process execute within 1 hour? h. Does the solutions software release upgrade process installation perform validations for all pre-requisite
and co-requisite software availability? i. Does the solutions support software releases with backward compatibility of interfaces, metadata, and
configurations?
j. What is the current duration of support for prior software releases?
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 45
Page 44 of 133
k. Does the solutions software release upgrade provide documentation identifying and describing the functional changes included in the release?
l. Describe the support policy for older software releases in the Vendor Explanations section. Critical Updates, Patches and Antivirus
m. Describe the process for approving and installing operating system Critical Updates. Attach the Offeror policy regarding Microsoft Critical Updates.
n. Describe or attach the company Service Pack policy for the proposed solution. o. Does the vendor provide Hotfixes which address specific problems and do not require product
reinstallation or data conversions? p. If so, have any prior Hotfixes impacted altered or added new functionality. q. Does the vendor provide detailed documentation for Hotfixes which identify the functionality targeted by
the hotfix and describes the problem(s) resolved by the Hotfix? r. Does the application of Hotfixes preclude being able to obtain vendor support?
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 46
Page 45 of 133
APPENDIX B2 SECURITY RESPONSE FORM
(COUNTY HOSTED)
Santa Clara County IT Vendor Security Assurance Requirements:
Santa Clara County is committed to ensuring that appropriate security protections are in place for all data in
our custody. Any form of sensitive/confidential data (e.g., personally identifiable information, personal
healthcare information, criminal justice information) demands specific due diligence to validate the adequacy
of protection mechanisms. The objective is to establish a reasonable basis of assurance regarding the security
posture of the vendor product or service provider that will store, process, or transmit County data.
In support of this objective, we ask our vendors to provide us, under NDA as appropriate, some form of
assurance artifact(s), ideally prepared by an independent third party. Specific artifacts that will help us
establish the reasonable basis of assurance are listed below.
1. For IT Product Vendors (vendor’s hardware/software deployed in the County environment):
ISO/IEC 15408: The Common Criteria – Evaluation Criteria for Information Technology Security
National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation
Scheme (CCEVS)
DISA Security Technical Implementation Guide (STIG)
ISO 13485: Medical Devices – Quality Management System and the associated ISO 14971: Medical
Devices – Application of Risk Management to Medical Devices
Manufacturer Disclosure Statement for Medical Device Security (MDS2)
2. Vendors unable to provide one of the above assurance artifacts should complete the “SCC Product
Questionnaire” below.
3. Vendors that do not provide any assurance artifact(s) or complete the SCC Product Questionnaire are
strongly encouraged to provide any other documentation that can contribute to an understanding of
their organizational security posture or the secure configuration of their product. This may include, but
not be limited to, self-assessments, internal audits, penetration test results, vulnerability scan results,
documentation demonstrating alignment to NIST standards, etc.
4. In addition to any documents provided, the vendor must also provide contact information for their IT
Security Manager or an IT Security Point of Contact for follow up questions.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 47
Page 46 of 133
SCC Product Questionnaire
ID Question Comment
Application/Solution Overview AS1 Please provide a brief description of the overall business
function of the solution/service and intended use.
AS2 Name and department of application owner. AS3 Type of data being processed (e.g. ePHI, PII, Credit Card,
Business Sensitive, Public)?
AS4 Is this considered a medical device requiring FDA certification?
AS5 Where is the data stored (data center server, local disk, removable media, etc.)?
AS6 Is this a standalone solution which does not impact any other County resource (e.g., other systems/computers)?
AS7 What is the type of network connection (wired, wireless, Bluetooth, point-to-point)?
AS8 Volume of the data (total, per month, etc.)? AS9 Number of solution end users (existing/forecasted)? AS10 Number of the DBA/Admin support team
(existing/forecasted)?
AS11 Do you require access to County network to support your solution? If Yes, then briefly describe your process.
AS12 In regards to both operations and application, is there any other additional information that would assist the County Information Security Team that has not otherwise been provided?
Access Control
AC1 If shared user accounts are utilized, please explain the purpose.
AC2 Explain who will be responsible for provisioning of end user accounts.
AC3 Explain how the solution supports only “minimum required” privileges and role-based access for the users.
AC4 Does the solution provide the ability to generate reports listing the roles or groups who have been granted access rights to available functions?
AC5 Will the vendor provide a catalog of the account roles that are provided in the solution for controlling access to database tables and stored procedures for querying, report execution, update, and administrative purpose (changing access)?
AC6 Explain who will be responsible for terminating user accounts as required by job change or employment termination.
AC7 Describe the purpose of any generic service accounts set up in the application.
AC8 If there are any hard-coded passwords utilized, explain the type of account (privileges) and the purpose for the account.
AC9 Please provide a list of all system accounts with default credentials, and indicate if any cannot have password reset by the customer.
AC10 If the solution has a default administrative account, can it be renamed?
AC11 Please describe the capabilities for configuring a session time-out for end-users including the ability to terminate network connections and/or provide for session lock mechanism, after a specified period of time.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 48
Page 47 of 133
AC12 Please describe the solution's lockout mechanism after a specified number of failed logon attempts and whether this is configurable by the customer.
AC13 Explain the mechanism for unlocking a locked account (e.g. admin intervention, self-service, timed unlock, etc.).
AC14 Can Wireless connectivity support the County standard for strong encryption and authentication?
AC15 Does the Vendor prohibit remote connections from non-company owned laptops or workstations (e.g., personal laptops and workstations, mobile devices) if vendor supports solution remotely?
Audit and Accountability
AA1 Are error logs created?
AA2 Does the solution log the following critical events for all critical systems and applications: User Name
AA3 Does the solution log the following critical events for all critical systems and applications: Last login time of the user
AA4 Does the solution log the following critical events for all critical systems and applications: What records are accessed/viewed by the user
AA5 Does the solution log the following critical events for all critical systems and applications: What records are modified by the user
AA6 Does the solution log the following critical events for all critical systems and applications: What records are deleted by the user
AA7 Does the solution log the following critical events for all critical systems and applications: Duration of the active session
AA8 Does the solution log the following critical events for all critical systems and applications: User creating a new record/table/database
AA9 Does the solution log the following critical events for all critical systems and applications: User copying/duplicating a table/database
AA10 Please describe any additional events that are logged.
AA11 Can critical system events be viewed by the customer?
AA12 Explain how your solution supports the ability to send notifications to designated users or roles upon a process failure.
AA13 Where are audit logs stored and maintained?
AA14 Is audit log retention customizable?
AA15 Can the solution export audit log data to a file - specifically using syslog format?
AA16 Can logs be exported to a connected device or to a network location?
Configuration Management
CM1 Does the solution allow the customer to manage or customize its configuration?
CM2 Can the solution provide the Security, Authentication, and Authorization capabilities from a management console.
CM3 Will the vendor provide documentation on the recommended security configuration for the solution?
CM4 Please describe the archive functionality of the solution, including where archives can be stored and if archives can be modified.
CM5 Please describe the backup options for data and system configurations.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 49
Page 48 of 133
CM6 Is your solution capable of using NTP?
CM7 If a local device performs a critical process, does the network name for that device conceal its true function? If not, can it be renamed?
CM8 Are the boot sequences on the solution set so that the system cannot be booted from external media or the network?
CM9 Please describe the network and Internet connectivity requirements.
CM10 Please describe the mechanism to ensure security configurations are maintained should a factory-reset be performed.
CM11 Describe any services which are listening for connections, and indicate if they are secured to industry standard and are logged and auditable.
CM12 Can a CIS benchmark be applied to this solution?
CM13 Can the solution be put on the customer's domain?
CM14 Can the solution integrate with Active Directory?
CM15 If single sign-on is to be utilized, what technical implementation do you support?
CM16 Will vendor supply the customer with an administrative password for the solution for the purpose of periodic vulnerability scanning by the customer?
CM17 Is the solution capable of supporting the customer's established requirements for records or data retention and/or records or data disposition.
CM18 Please explain how your solution supports permanent destruction of sensitive information.
Identification and Authentication
IA1 County staff access to vendor's solution to access County data: Does the solution enforce passwords of at least 8 characters in length?
IA2 County staff access to vendor's solution to access County data: Does the solution enforce mixed case passwords (upper and lower case)?
IA3 County staff access to vendor's solution to access County data: Does the solution enforce alpha numeric passwords (numbers and letters)?
IA4 County staff access to vendor's solution to access County data: Does the solution enforce at least one special character in the passwords (e.g., !, $, #, %, &, *)?
IA5 County staff access to vendor's solution to access County data: Does the solution enforce a password change at least every 90 days?
IA6 County staff access to vendor's solution to access County data: Does the solution enforce no password reuse for 10 rotations.
IA7 County staff access to vendor's solution to access County data: Passwords are not stored in clear text?
IA8 County staff access to vendor's solution to access County data: Passwords are not cacheable via frontend?
IA9 Does the solution allow users to change passwords at will?
IA10 Please describe what forms of 2-factor authentication are supported by the solution.
IA11 Does the solution provide the capability to notify the end user, upon successful logon / access to the system, of the date and time of the last logon / access?
Maintenance
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 50
Page 49 of 133
MA1 Does the solution provide the capability to restrict the use of maintenance tools to authorized personnel only?
Media Protection
MP1 Can all end nodes/terminals running your solution be encrypted (Desktops, laptops, etc.)?
MP2 Can all server hard drives encrypted?
MP3 Is the data cached on the local machines accessing the sensitive information (e.g., in temp files)?
MP4 Can the county retain media (hard disks) from systems being retired, replaced or upgraded?
System and Services Acquisition
SS1 Have applications been developed using an industry best practice secure software development life cycle process? Please provide details.
SS2 Describe how firmware updates are performed and how often.
SS3 Describe your current process for managing vulnerabilities in your solution.
SS4 Are there any known or documented vulnerabilities in the solution or associated infrastructure? (if yes, explain).
SS5 Is the vendor willing to provide source code if they were to no longer exist?
SS6 Is the operating system, application, and any third party software currently supported by the original manufacturer?
System and Communications Protection
SC1 How does your solution utilize digital certificates for security assurance?
SC2 What specific protocols are being utilized?
SC3 Is there an out-of-band management channel?
SC4 Does your solution support, at a minimum, 256-bit encryption of data in transit?
SC5 Does your solution support, at a minimum, 256-bit encryption for data at rest?
SC6 Does your solution support, at a minimum, 256-bit encryption of data within a database?
SC7 Does your encryption support FIPS 140-2 certified FIPS 197 AES encryption methods?
SC8 Does the solution provide the ability to restrict log in based on the client network address location?
SC9 Does the solution provide an administrative Application Program Interface which can be used to terminate a user session from a County provided mechanism (console or rule based event trigger)?
SC10 Does the solution provide the capability to enforce information-sharing decisions by authorized users based on access authorizations of sharing partners and access restrictions on information to be shared?
SC11 Does the solution provide the capability to associate County specified security levels with information exchanged between information systems and between system components (printers, local or shared file system, etc.)?
System and Information Integrity
SI1 What operating system does the solution use?
SI2 Will the solution be fully updated with all certified service packs and and patches prior to deployment?
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 51
Page 50 of 133
SI3 Does the vendor disable unnecessary system applications not required for the role of the solution (Perform server/OS hardening)?
SI4 Please provide a list all prerequisite software required for this solution to meet stated requirements.
SI5 Can all critical patches be applied within 30 days for all critical systems and important patches applied within 90 days, including: operating systems, databases, 3rd party applications, etc.?
SI6 Can the customer install SCCM to push and track patching levels of all systems (OS, application, database, etc.)?
SI7 Please describe how anti-malware/anti-virus is managed for this solution including responsible party (vendor or customer), approved products, update frequency, necessary directory exclusions, and scanning frequency.
SI8 How is your solution designed to avoid single points of failure?
SI9 Does the solution have the ability to be configured to fail in a known state?
Security Assessment and Authorization
SA1 Has this solution been assessed or certified by a third party that is aligned with DISA or ISO 15408 Common Criteria standard?
SA2 Please explain the degree of security functionality testing that has been performed on the solution and how the customer may perform ongoing security testing once implemented.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 52
Page 51 of 133
APPENDIX B3 PROPOSAL COST RESPONSE FORM
(COUNTY HOSTED)
Page 1 of 2
Offeror: Please complete the applicable sections based upon your proposed solution. The proposed cost shall include all fees, including one-time and recurring, sales tax, and value added options. All pricing proposals must be submitted using this form. Offerors may submit their own pricing structure/format for further clarity in same tab, if necessary. Name of Proposed Solution: ___________________ Version: _________________ Section I – One Time Costs
DESCRIPTION PROPOSED PRICE
1. Proposed Software
2. Integration
3. Implementation Services
4. Project Management
5. Training, including all materials
6. Travel Expenses (County reimbursement of travel expense shall not exceed rates as specified in Attachment 6 – County Travel Policy)
7. Other One-time Costs (Total from Section II below)
8. Applicable Sales Tax
Total One Time Cost
Offeror Name: ________________________________________ Section II – Other One-time Costs *Please itemize all other costs and enter total in Row 7 in the above table. Description Cost 1. ______________________________________________ $_________________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 53
Page 52 of 133
2. ______________________________________________ $_________________ 3. ______________________________________________ $_________________
Total $ _________________
Page 2 of 2 Section III – Recurring Annual Costs List any recurring costs below:
MAINTENANCE AND
SUPPORT
LIST PRICE/COST PROPOSED COST DISCOUNT % OFF
LIST PRICE/COST
1. Year One
2. Year Two
3. Year Three
4. Year Four
5. Year Five
TOTAL
Section IV – Other Value Added Services: Please itemize other value added services cost below. Description Cost 1. ______________________________________________ $_______________
2. ______________________________________________ $_______________
3. ______________________________________________ $_______________
Offeror Name: ________________________________________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 54
Page 53 of 133
APPENDIX C1 TECHNICAL REQUIREMENTS RESPONSE FORM
(VENDOR HOSTED) If proposing a Vendor Hosted System please complete and submit Appendix A1 and Appendix C1 with your proposal. A. TECHNICAL REQUIREMENTS
1. Description of System
a. Explain if the solution you are offering is a CSP (Cloud Service Provider) or Software as a service
(SaaS) system.
2. General
a. Define the requirements for establishing a test system in your environment. Include test system costs.
b. Define the system uptime. Include planned downtime windows.
3. Equipment and Software
a. Provide detailed workstation hardware specifications, including but not limited to, operating system, RAM, size of the hard drive, type of monitors, barcode devices, scanning devices, barcode printing devices, etc.
b. Provide detailed hardware specifications for any customer-hosted components being proposed.
c. Describe hardware support and escalation process for any customer-hosted component
d. Describe any customer required maintenance/support tasks, and any relevant maintenance schedules.
e. Describe, in detail, any test facilities available to test our assets/inventory of tagged items.
4. Backup/Recovery a. Describe the backup capabilities for the proposed system, including:
i. Process for how backups are performed ii. Process for Tenant-initiated backups iii. Service availability guarantee
b. Describe in detail your company’s Disaster Recovery plan, including requirements for zero downtime.
c. Describe the notification provided if an application failure occurs.
5. Network/Hardware
a. Offeror must meet the SCVHHS technical requirements listed in section I.B.5 “Combined SCVHHS IS and SCC ISD Technical Environment”.
b. Describe network port availability needs for the system to function as designed.
6. Storage
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 55
Page 54 of 133
a. Describe how the system will store the data on non-proprietary media and in an industry-standard
format. Offeror should also specify the type of media used for long-term storage and the format in which it is stored
b. Explain how the data is stored within the database, including if it can be stored in a separate database
for disparate customers and/or locations. Explain how data from multiple tenants/customers is segregated and arranged.
7. Software Releases
a. Describe the Antivirus software used to protect data in real-time on the vendor’s servers.
b. Is the solutions software release upgrade process fully automated?
8. Security
a. Describe network security features used to protect customer data/information (i.e. firewalls, network segmentation, etc.)
b. Explain the type of physical security used to protect customer information in vendor data centers and co-location facilities.
c. Explain the type of electronic security used (i.e. biometrics, authentication and surveillance) at vendor and co-location facilities.
d. Explain how the security and confidentiality of the system data collected and entered into the system will be maintained.
e. Describe, in detail, how County data will be partitioned from other customer’s information. Include information on whether separate database containers are used.
9. CSP Redundancy and Downtime
a. Explain in detail your company’s ability to provide 99.99% uptime for remote customer access to the system. Describe the methodology and application/hosting architecture used to ensure this level of reliability.
b. Explain in detail the process used to notify customers of application downtime for both planned and unplanned outages.
c. Explain in detail any geographic separation of redundant datacenters used to mitigate wide area disasters or events.
d. Explain and describe in detail the features used to ensure the security, redundancy, resiliency and integrity of the datacenter(s) hosting the application, infrastructure and other components.
e. Describe the disclosure policies related to security vulnerabilities found in the system, including procedures in place to notify customers of potential flaws, and the average time between a flaw being discovered and corrective action taken.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 56
Page 55 of 133
APPENDIX C2 SECURITY RESPONSE FORM
(VENDOR HOSTED)
Santa Clara County IT Vendor Security Assurance Requirements:
Santa Clara County is committed to ensuring that appropriate security protections are in place for all
data in our custody. Any form of sensitive/confidential data (e.g., personally identifiable information,
personal healthcare information, criminal justice information) demands specific due diligence to
validate the adequacy of protection mechanisms. The objective is to establish a reasonable basis of
assurance regarding the security posture of the vendor product or service provider that will store,
process, or transmit County data.
In support of this objective, we ask our vendors to provide us, under NDA as appropriate, some form
of assurance artifact(s), ideally prepared by an independent third party. Specific artifacts that will help
us establish the reasonable basis of assurance are listed below.
1. For IT Service Providers (County data present in the vendor’s environment):
Service Organization Control (SOC) Report, specifically a SOC 2, Type II report,
created under the AT 101 auditing standard
Results of a Stage 2 assessment against the ISO 27001:2013 security control baseline
NIST Security Assessment Report (SAR) identifying the level of security (Low,
Moderate, High) or for cloud-based systems, FedRAMP SAR covering the
Infrastructure, Platform, and Application layers of the cloud service model
HITRUST 3rd party Assessment Report
Level 2 Cloud Security Alliance (CSA) STAR Attestation or Certification
2. Vendors unable to provide one of the above assurance artifacts should complete the following:
For IT Service Providers: CSA Consensus Assessment Initiative Questionnaire (CAIQ),
available at https://cloudsecurityalliance.org/group/consensus-assessments/. Also identify
NIST security level (Low, Moderate, High).
This questionnaire should be completed and included in your RFP proposal.
Note that some procurement scenarios may require the vendor to complete the CSA
Consensus Assessment Initiative Questionnaire and the SCC Product Questionnaire.
3. Vendors that do not provide any assurance artifact(s) or complete the CAIQ or SCC Product
Questionnaire are strongly encouraged to provide any other documentation that can contribute to
an understanding of their organizational security posture or the secure configuration of their
product. This may include, but not be limited to, self-assessments, internal audits, penetration
test results, vulnerability scan results, documentation demonstrating alignment to NIST
standards, etc.
4. In addition to any documents provided, the vendor must also provide contact information for their
IT Security Manager or an IT Security Point of Contact for follow up questions.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 57
Page 56 of 133
APPENDIX C3 PROPOSAL COST RESPONSE FORM
(VENDOR HOSTED)
Offeror: Please complete the applicable sections based upon your proposed solution. If proposing both types
of solutions, you must complete one cost response form for each solution (Appendix B3 and Appendix C3).
The proposed cost shall include all fees, including one-time and recurring, sales tax, and value added options.
Indicate if items are taxable or non-taxable.
All pricing proposals must be submitted using this form. Offerors may submit their own pricing
structure/format for further clarity in same tab, if necessary.
Name of Proposed Solution: ___________________________ Version: ________________________
Section I – One Time Costs
DESCRIPTION PROPOSED PRICE
1. Proposed Software
2. Customization
3. Installation/Implementation
4. Project Management
5. Training (initial and supplemental), including all materials
6. Travel Expenses
(Total from Section II below)
7. Other One-time Costs
(Total from Section III below)
8. Applicable Sales Tax
Total One Time Cost
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 58
Page 57 of 133
Offeror Name: ________________________________________
Section II – Travel Expenses
Please itemize the travel expense in Row 6 in the above table, if any.
Description Cost __
1. ______________________________________________ $_________________
2. ______________________________________________ $_________________
3. ______________________________________________ $_________________
4. ______________________________________________ $_________________
Total $ _________________
Section III – Other One-time Costs
*Please itemize all other costs, including, but not limited to: enhancement at an additional cost,
proposed modules, third party software to operate the proposed software, etc. Use an attachment, if
necessary. Be sure to state the total in Row 7 in the above table.
Description Cost
1. ______________________________________________ $_________________
2. ______________________________________________ $_________________
3. ______________________________________________ $_________________
Total $ _________________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 59
Page 58 of 133
Offeror Name: ________________________________________
Section IV – Recurring Annual Costs
List any recurring costs below:
A. Subscription/Hosting Fee:
SUBSCRIPTION/HOSTING FEE LIST PRICE/COST PROPOSED
COST
DISCOUNT %
OFF LIST
PRICE/COST
1. Year One
2. Year Two
3. Year Three
4. Year Four
5. Year Five
TOTAL
Section V – Other Value Added Services:
Please itemize other value added services cost below.
Description Cost
1. ______________________________________________ $_______________
2. ______________________________________________ $_______________
3. ______________________________________________ $_______________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 60
Page 59 of 133
APPENDIX D NON-COLLUSION DECLARATION
I, ________________________________, am the ________________________
(Print Name) (Position/Title)
of ___________________________________,
(Name of Company)
the party making the foregoing proposal that the proposal is not made in the interest of, or
on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the Offeror has not
directly or indirectly induced or solicited any other Offeror to put in a false or sham bid; and
has not directly or indirectly colluded, conspired, connived, or agreed with any Offeror or
anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Offeror
has not in any manner directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the Offeror or any other Offeror, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other Offeror, or to
secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the bid are true; and, further, that
the Offeror has not, directly or indirectly, submitted his or her bid price or any breakdown
thereof, or the contents thereof, or divulged information or data relative thereto, or paid,
and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
I declare under penalty of perjury under the Laws of the State of California that the
foregoing is true and correct:
COMPANY NAME:
_________________________________________________________________
AUTHORIZED SIGNATURE:
_________________________________________________________________
PRINT NAME:
_________________________________________________________________
DATE:
_________________________________________________________________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 61
Page 60 of 133
APPENDIX E DECLARATION OF LOCAL BUSINESS
Santa Clara County gives local businesses a preference in formal solicitations of goods and services as set
forth in the Board Policy, Section 5.6.5.2. A bidder or offeror has the option of qualifying for the preference by
self-declaring its qualification as a “local business.” By signing below, the bidder or offeror is certifying its
qualification as a “local business” for purposes of application of Santa Clara County’s policy and is deemed to
be applying for the local preference.
All information submitted is subject to investigation, as well as to disclosure to third parties under the California
Public Records Act. Incomplete, unclear, or incomprehensible responses to the following will result in the bid
or proposal not being considered for application of Santa Clara County’s local preference policy. False or
dishonest responses will result in rejection of the bid or proposal and curtail the firm or individual’s ability to
conduct business with the County in the future. It may also result in legal action.
Provide the complete physical address of your business with meaningful “production capability” located within
the boundary of the County of Santa Clara. The term “production capability” means the term “production
capability” means sales, marketing, manufacturing, servicing, provision of services, or research and
development capability that substantially and directly enhances the firm's or bidder's ability to perform the
proposed contract. Post Office box numbers, residential addresses, a local sales office without any support
and/or a local subcontractor hired by the contractor may not be used as the sole basis for establishing status
as a “Local Business.” If you have more than one physical address in Santa Clara County, please provide an
attachment with all of the addresses in the form specified below.
Please Indicate Business Organization (Check One)
Individual Proprietorship Corporation
Partnership Other
By filling this form, bidder/offeror declares its qualification as a local business as defined in County of Santa
Clara Board Policy, Section 5.6.5.2
The undersigned declares that he or she is an official/agent of responding firm or individual and is empowered
to represent, bind, and execute contracts on behalf of the firm or individual.
The undersigned declares under penalty of perjury, under the laws of the State of California, that all statements
in this Exhibit and response are true and correct, with full knowledge that all statements are subject to
investigation and that any incomplete, unclear, false or dishonest response may be grounds for denial or
revocation of the accompanying bid or proposal and may result in being barred from doing business with Santa
Clara County as well as additional legal consequences.
____________________________________________________________________
Signature Title
_____________________________________ _______________________________
Name Date
_____________________________________
Business License Number (if applicable)
Business Name: ______________________________________________________________________
Street: ______________________________________________________________________
City/State: ______________________________________ Zip: ____________________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 62
Page 61 of 133
APPENDIX F DECLARATION OF COMPLIANCE WITH WAGE THEFT PREVENTION POLICY
The County of Santa Clara does not tolerate wage theft. Accordingly, Santa Clara County Board of
Supervisors’ Policy Manual, Section 5.5.5.4, includes the following:
Wage Theft Prevention
It is the policy of the County that all parties contracting with the County must comply with all
applicable federal, state, and local wage and hour laws, including, but not limited to, the
Federal Fair Labor Standards Act, the California Labor Code, and any Minimum Wage
Ordinance enacted by the County or any city within the County of Santa Clara. A potential
contractor that has submitted a formal or informal bid to provide goods and/or services to the
County may be disqualified if the potential contractor has been found, by a court or by final
administrative action of an investigatory government agency, to have violated applicable wage
and hour laws in the five years prior to the submission of a bid to provide goods and/or
services. A current contractor found by a court or by final administrative action of an
investigatory government agency to have violated applicable wage and hour laws, in the five
years prior to or during the term of the contract with the County, may be in material breach of
its contract with the County if the violation is not fully disclosed and/or satisfied per County
guidelines and contract requirements. Such breach may serve as a basis for contract
termination and/or any other remedies available under law, including a stipulated remediation
plan.
Please complete the certification below.
The undersigned declares that he or she is an official/agent of responding firm or individual and is empowered
to represent, bind, and execute contracts on behalf of the firm or individual.
The undersigned declares under penalty of perjury, under the laws of the State of California, that all statements
in this Exhibit and response are true and correct, with full knowledge that all statements are subject to
investigation and that any incomplete, unclear, false or dishonest response may be grounds for denial or
revocation of the accompanying bid or proposal and may result in being barred from doing business with Santa
Clara County as well as additional legal consequences.
________________________________________ ____________________________________
Signature Title
________________________________________ ____________________________________
Printed Name Date
________________________________________ ____________________________________
Company Name Company Address
Offeror has no violations to disclose pursuant to Board Policy Manual § 5.5.5.4.
Offeror has been found by a court or final administrative action of an investigatory government
agency to have violated federal, state, or local wage and hour laws within the last five (5) years.
Offeror has included in the proposal response the following for each violation: (1) a copy of the court order
and judgment and/or final administrative decision; and (2) documents demonstrating either that the order/judgment has been satisfied, or, if the order/judgment has not been fully satisfied, a written and signed description of offeror’s efforts to date to satisfy the order/judgment.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 63
Page 62 of 133
APPENDIX G OFFEROR’S TERMS AND CONDITIONS RESPONSE FORM
Below, please initial next to the appropriate statement. Failure to initial shall default to
the first response, acceptance of the County’s terms and conditions as is.
Offeror accepts the County’s terms and conditions listed in Attachment 1 as is.
Offeror accepts the County’s terms and conditions listed in Attachment 1 (Sample
Agreement) and proposes additional terms and conditions here in Appendix H below.
Offeror shall provide specific proposed wording and a brief discussion of the purpose and
impact, if any, and include any applicable agreement, such as license, service level,
maintenance, etc.
Offeror objects to the County’s terms and conditions listed in Attachment 1and has
indicated the reason for objection and/or proposed specific alternative language here in
Appendix H below. The County may or may not accept the alternative language. General
references to the Offeror’s terms and conditions or attempts at complete substitutions are
not acceptable to the County and the County may disqualify the response in its entirety.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 64
Page 63 of 133
APPENDIX H
OFFEROR’S ACKNOWLEDGEMENT OF BUSINESS ASSOCIATE AGREEMENT RESPONSE FORM
Offerors shall initial and/or provide information based upon the appropriate statement.
Failure to initial, failure to propose additional terms and conditions, and/or failure to provide
alternative language as instructed below, shall default to the first response, acceptance of the
County Business Associate Agreement as is.
______ Offeror accepts the County’s Business Associate Agreement listed in Attachment 4 as is.
______ Offeror accepts the County’s Business Associate Agreement listed in Attachment 4 and
propose additional terms and conditions here in Appendix H below. Offeror shall provide specific
proposed wording and a brief discussion of the purpose and impact, if any, and include any
applicable agreement, such as license, service level, maintenance, etc.
______ Offeror objects to the County’s Business Associate Agreement listed in Attachment 4 and
has indicated the reason for objection and/or proposed specific alternative language here in
Appendix H below. Offeror may not defer a submission to a later date. The County may or may not
accept the alternative language. General references to the Offeror’s Business Associate Agreement
or attempts at complete substitutions are not acceptable to the County and the County may
disqualify the response in its entirety. Offeror must provide a brief discussion of the purpose and
impact, if any, of each proposed changed followed by the specific proposed alternate wording for any
applicable agreement, such as license, service level, maintenance, etc.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 65
Page 64 of 133
APPENDIX I PREVIOUS CUSTOMER REFERENCE FORM
1. CUSTOMER REFERENCE
Customer Name:
Customer Address:
Customer Contact Name:
Phone:
Email:
Period of Performance: Through
Annual Dollar Value of Contract: $
Description of Scope of Services Performed:
(Please provide a brief description in the area provided)
2. CUSTOMER REFERENCE Customer Name:
Customer Address:
Customer Contact Name:
Phone:
Email:
Period of Performance: Through
Annual Dollar Value of Contract: $
Description of Scope of Services Performed:
(Please provide a brief description in the area provided)
3. CUSTOMER REFERENCE Customer Name:
Customer Address:
Customer Contact Name:
Phone:
Email:
Period of Performance: Through
Annual Dollar Value of Contract: $
Description of Scope of Services Performed:
(Please provide a brief description in the area provided)
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 66
Page 65 of 133
APPENDIX J INTENT TO RESPOND
RFP-PRO-FY17-0242 Enterprise Medical Imaging Software Solution
Per the INTRODUCTION section of this RFP, all vendors intending to respond to this RFP should
attend the pre-proposal conference either in person or via the conference line provided. While the
RFP is comprehensive, there may be further information and details about the project disclosed at
the pre-proposal conference which may not be captured in the solicitation documents.
Vendors intending to respond to the solicitation should submit this APPENDIX J, INTENT TO
RESPOND, via email to the Procurement Officer, at the due date and time specified in this RFP.
----------------------------------------------------------------------------------------------------------------------------
We/I, _______________________, intend to submit a response to the County of Santa
Clara Request for RFP-PRO-FY17-0242 Enterprise Medical Imaging Software Solution. We
determine that we have sufficient information as obtained from the solicitation documents
and pre-proposal conference to enable us to submit a proposal to the County.
COMPANY NAME:
_________________________________________________________________
AUTHORIZED SIGNATURE:
_________________________________________________________________
PRINT NAME AND TITLE:
_________________________________________________________________
DATE:
_________________________________________________________________
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 67
Page 66 of 133
ATTACHMENT 1 CONDITIONS GOVERNING THE PROCUREMENT
This Attachment contains the conditions governing the Request for Proposal Process.
Offerors are required to adhere to these conditions.
1. INCURRING COST
This RFP does not commit the County to award, nor does it commit the County to pay any
cost incurred in the submission of the proposal, or in making necessary studies or
designs for the preparation thereof, nor procure or contract for services or supplies.
Further, no reimbursable cost may be incurred in anticipation of a contract award.
2. CLAIMS AGAINST THE COUNTY OF SANTA CLARA
Neither your organization nor any of your representatives shall have any claims whatsoever
against the County or any of its respective officials, agents, or employees arising out
of or relating to this RFP or these RFP procedures, except as set forth in the terms of a
definitive agreement between the County and your organization.
3. BASIS FOR PROPOSAL
Only information supplied by the County in writing by the Procurement Lead in connection
with this RFP should be used as the basis for the preparation of Offeror’s proposal.
4. LATE RESPONSES
In order for a proposal to be considered, the proposal must be received in person or via
courier or mail to the place specified above no later than the RFP due date and time.
5. NO PUBLIC PROPOSAL OPENING
There will be no public opening for this RFP.
6. CALIFORNIA PUBLIC RECORDS ACT (CPRA)
All proposals become the property of the County, which is a public agency subject to the
disclosure requirements of the California Public Records Act (“CPRA”). If Contractor
proprietary information is contained in documents submitted to County, and Contractor
claims that such information falls within one or more CPRA exemptions, Contractor must
clearly mark such information “CONFIDENTIAL AND PROPRIETARY,” and identify the
specific lines containing the information. In the event of a request for such information,
the County will make best efforts to provide notice to Contractor prior to such disclosure. If
Contractor contends that any documents are exempt from the CPRA and wishes to
prevent disclosure, it is required to obtain a protective order, injunctive relief or other
appropriate remedy from a court of law in Santa Clara County before the County’s
Deadline for responding to the CPRA request. If Contractor fails to obtain such remedy
within County’s deadline for responding to the CPRA request, County may disclose the
requested information.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 68
Page 67 of 133
Contractor further agrees that it shall defend, indemnify and hold County harmless against
any claim, action or litigation (including but not limited to all judgments, costs, fees, and
attorney’s fees) that may result from denial by County of a CPRA request for information
arising from any representation, or any action (or inaction), by the Contractor.
7. CONFIDENTIALITY
All data and information obtained from the County of Santa Clara by the Offerors and its
agents in this RFP process, including reports, recommendations, specifications and data,
shall be treated by the Offeror and its agents as confidential. The Offerors and its
agents shall not disclose or communicate this information to a third party or use it in
advertising, publicity, propaganda, or in another job or jobs, unless written consent is
obtained from the County. Generally, each proposal and all documentation, including
financial information, submitted by a Offeror to the County is confidential until a contract is
awarded, when such documents become public record under state and local law, unless
exempted under CPRA.
8. ELECTRONIC MAIL ADDRESS
Most of the communication regarding this procurement will be conducted by electronic
mail (e-mail). Potential Offerors agree to provide the Procurement Lead with a valid e-
mail address to receive this correspondence.
9. USE OF ELECTRONIC VERSIONS OF THE RFP
This RFP is being made available by electronic means. If accepted by such means, the
Offeror acknowledges and accepts full responsibility to insure that no changes are
made to the RFP. In the event of conflict between a version of the RFP in the Offeror’s
possession and the version maintained by the Issuing Department the
version maintained by the Issuing Department must govern.
10. ASSIGNMENT OF CLAYTON ACT, CARTWRIGHT ACT CLAIMS
In submitting a response to a solicitation issued by the County, the responding person
and/or entity offers and agrees that if the response is accepted, it will assign to the County
all rights, title, and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with
Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, materials, or services by the responding person and/or entity for sale
to the County pursuant to the solicitation document. Such assignment shall be made and
become effective at the time the County tenders final payment to the responding person
and/or entity.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 69
Page 68 of 133
11. COUNTY RIGHTS
The County reserves the right to do any of the following at any time:
a. Reject any or all proposal(s), without indicating any reason for such rejection;
b. Waive or correct any minor or inadvertent defect, irregularity or technical error in a
proposal or the RFP process, or as part of any subsequent contract negotiation;
c. Request that Offerors supplement or modify all or certain aspects of their proposals or
other documents or materials submitted;
d. Terminate the RFP, and at its option, issue a new RFP;
e. Procure any equipment or services specified in this RFP by other means;
f. Modify the selection process, the specifications or requirements for materials or services,
or the contents or format of the proposals;
g. Extend a deadline specified in this RFP, including deadlines for accepting proposals;
h. Negotiate with any or none of the Offerors;
i. Modify in the final agreement any terms and/or conditions described in this RFP;
j. Terminate failed negotiations with an Offeror without liability, and negotiate with other
Offerors;
k. Disqualify any Offeror on the basis of a real or apparent conflict of interest, or evidence of
collusion that is disclosed by the proposal or other data available to the County;
l. Eliminate, reject or disqualify a proposal of any Offeror who is not a responsible Offeror or
fails to submit a responsive offer as determined solely by the County; and/or
m. Accept all or a portion of a Offeror’s proposal.
12. PROTEST PROCEDURE
PROTEST PROCESS
The Procurement Lead will send an email to all proposers informing them of the proposal that
was selected. Proposers whose proposals were not selected may file a written protest
(“Protesters”) no later than five (5) business days of the email notifying proposers of the
County’s selection.
A. Filing a Protest
The protest of an award must be in writing. The following must be written on the cover of the
protest: “Protest Relating to RFP-PRO-FY17-0242 Enterprise Medical Imaging Software
Solution” The written protest must be emailed, faxed and/or mailed to the designated
Procurement Lead.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 70
Page 69 of 133
All protests must be received by the designated Procurement Lead within 5 business days after
the Notice of Intent to Award has been sent to the all proposers. Any protests received after this
time will not be considered.
B. Contents of Protest
The written protest must contain the following information: (1) the name, street address,
electronic mail address, and telephone and facsimile number of the Protester; (2) signature of
the Protester or its representative; (3) clearly state the grounds for the protest as set forth
below; (4) copies of any relevant documents; and (5) the form of relief requested. Unless
otherwise requested, responses or decisions related to the protest will be provided to the
Protester via email. The written protest must clearly state the grounds for the protest. Protests
should be concise and logically arranged.
C. Grounds for Protest
Protests may only be based on one or more of the following grounds:
a. The Protester believes there was abuse of process by County officials or evaluation
team members.
b. The Protestor believes there was misconduct or impropriety by County officials or
evaluation team members.
c. The Protester believes there was abuse of discretion by County officials or
evaluation team members.
D. Protest Resolution Process
a. Informal Review by Department
A designee of the requiring department will review a timely protest and attempt to
informally resolve it expeditiously. The Director or designee may use all available
resources and information, and solicit information from, and reveal information to,
other entities in its attempt to informally resolve the protest. The Department shall
send a written response to the Protester. If the Protester does not believe the
Department’s response resolves the protest, the Protester has 2 business days to
request a formal review. The Department is then required to forward the protest to
an Independent Reviewing Officer for the solicitation.
b. Formal Review by Independent Reviewing Officer
The Director or his or her designee must forward the protest to the Reviewing
Officer within 2 business days of the Protester requesting a formal review. The
Department is required to provide written notification to the Protester that the
protest is being forwarded to an Independent Reviewing Officer and the contact
information for the Reviewing Officer. Both the Department and Protester have 5
business days from the date of the written notification issued by the Department to
forward any additional documents to the Reviewing Officer that they believe are
relevant to the review of the protest. The notification being sent to the Protester by
the Department should also state that the Protester has 5 business days from the
date of the notification to forward additional documents to the Reviewing Officer.
Protester may not present any additional grounds for protest, argument or
narrative that was not included in the initial protest.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 71
Page 70 of 133
The Reviewing Officer shall conduct an independent review of the protest to
determine whether the grounds for the protest have merit. Only the information
contained in a timely protest may be considered by the Reviewing Officer. The
Reviewing Officer shall only consider the documents each party has submitted,
grounds for protest, and grounds to reject the protest. The Reviewing Officer may
also use all available resources and information, and solicit information from, and
reveal information to, other entities in its attempt to resolve the protest. The
Reviewing Officer may also contact the Protester or Agency/Department.
The Reviewing Officer will issue a written decision on a timely written protest within
20 days of receiving a protest; however, the time for decision may be extended by
the Reviewing Officer for a reasonable amount of time. The Reviewing Officer will
issue the written decision to the Protester and the Department. If the Protester
failed to specify in its written protest the method by which the Protester would like
to receive the Reviewing Officer’s written protest decision, the Reviewing Officer
will send his written decision to the Protester by mail. The decision of the
Reviewing Officer shall be the County’s final decision.
E. Remedies
If the Reviewing Officer sustains a protest in whole or in part, the Reviewing Officer shall refer
the matter back to the Department for redress in conformance with the Reviewing Officer’s
decision. If the Reviewing Officer rejects the protest, then the Department may proceed with its
solicitation process.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 72
Page 71 of 133
ATTACHMENT 2 COUNTY OF SANTA CLARA TERMS AND CONDITIONS
COUNTY OF SANTA CLARA STANDARD TERMS AND CONDITIONS
FOR AGREEMENT FOR INFORMATION TECHNOLOGY GOODS AND RELATED SERVICES
This Agreement is entered into and is effective ____________ 2015, between the County of
Santa Clara, (hereafter referred to as “County”) and __________________ (hereafter referred to as
“Contractor”), to provide ________________________ (hereafter referred to as “_____”) with
Contractor including all related services and maintenance. It is mutually agreed between the parties:
1. EXHIBITS
The following Exhibits are attached hereto and incorporated herein by reference:
1.1 Exhibit A – Price Summary and Compensation Plan
1.2 Exhibit B – Statement of Work
1.3 Exhibit C – Additional Terms and Conditions [subject matter specific]
1.4 Exhibit D – Insurance Requirements
1.5 Exhibit E – Software Escrow Agreement
1.6 Exhibit F – Business Associate Agreement
1.7 Exhibit G- Vendor Remote Access/ SecureLink Agreement
2. DEFINITIONS
2.1 “Acceptance Tests" means those tests performed during the Performance Period which
are intended to determine compliance of Equipment and Software with the specifications and all other
Attachments incorporated herein by reference and to determine the reliability of the Equipment.
2.2 "Application Program" means a computer program which is intended to be executed for
the purpose of performing useful work for the user of the information being processed. Application
programs are developed or otherwise acquired by the user of the Hardware/Software system, but they
may be supplied by the Contractor.
2.3 "Attachment" means a mechanical, electrical, or electronic interconnection to the
Contractor-supplied Machine or System of Equipment, manufactured by other than the original
Equipment manufacturer that is not connected by the Contractor.
2.4 “Commercial Software” means Software developed or regularly used that: (i) has been
sold, leased, or licensed to the general public; (ii) has been offered for sale, lease, or license to the
general public; (iii) has not been offered, sold, leased, or licensed to the public but will be available for
commercial sale, lease, or license in time to satisfy the delivery requirements of this Agreement; or
(iv) satisfies a criterion expressed in (i), (ii), or (iii) above and would require only minor modifications to
meet the requirements of this Agreement.
2.5 “County Data” shall mean shall mean data and information received by Contractor from
County. County shall remain the owner of County Data.
2.6 “Custom Software” means Software that does not meet the definition of Commercial
Software.
2.7 "Data Processing Subsystem" means a complement of Contractor-furnished individual
Machines, including the necessary controlling elements (or the functional equivalent) and Operating
Software, if any, which are acquired to operate as an integrated group, and which are interconnected
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 73
Page 72 of 133
entirely by Contractor-supplied power and/or signal cables; e.g., direct access controller and drives, a
cluster of terminals with their controller, etc.
2.8 "Data Processing System (System)" means the total complement of Contractor-
furnished Machines, including one or more central processors (or instruction processors) and
Operating Software, which are acquired to operate as an integrated group.
2.9 “Deliverables” means Goods, Software, Information Technology, telecommunications
technology, and other items (e.g. reports) to be delivered pursuant to this Agreement, including any
such items furnished incident to the provision of services.
2.10 "Designated CPU(s)" means for each product, if applicable, the central processing unit
of the computers or the server unit, including any associated peripheral units. If no specific
“Designated CPU(s)” are specified on the Agreement, the term shall mean any and all CPUs located
at the site specified therein.
2.11 "Documentation" means nonproprietary manuals and other printed materials necessary
or useful to the County in its use or maintenance of the Equipment or Software provided hereunder.
Manuals and other printed materials customized for the County hereunder constitute Documentation
only to the extent that such materials are described in or required by the Statement of Work (“SOW”).
2.12 "Equipment" is an all-inclusive term which refers either to individual Machines or to a
complete Data Processing System or subsystem, including its Hardware and Operating Software (if
any).
2.13 "Equipment Failure" is a malfunction in the Equipment, excluding all external factors,
which prevents the accomplishment of the Equipment’s intended function(s). If microcode or
Operating Software residing in the Equipment is necessary for the proper operation of the Equipment,
a failure of such microcode or Operating Software which prevents the accomplishment of the
Equipment’s intended functions shall be deemed to be an Equipment Failure.
2.14 "Facility Readiness Date" means the date specified in the SOW by which the County
must have the site prepared and available for Equipment delivery and installation.
2.15 “Goods” means all types of tangible personal property, including but not limited to
materials, supplies, and Equipment (including computer and telecommunications Equipment).
2.16 "Hardware" usually refers to computer Equipment and is contrasted with Software.
See also Equipment.
2.17 "Installation Date" means the date specified in the SOW by which the Contractor must
have the ordered Equipment ready (certified) for use by the County.
2.18 "Information Technology" includes, but is not limited to, all electronic technology
systems and services, automated information handling, System design and analysis, conversion of
data, computer programming, information storage and retrieval, telecommunications which include
voice, video, and data communications, requisite System controls, simulation, electronic commerce,
and all related interactions between people and Machines.
2.19 “Licensed Software” is the computer software in object code format, along with
Documentation that is provided to County pursuant to this Agreement.
2.20 "Machine" means an individual unit of a Data Processing System or subsystem,
separately identified by a type and/or model number, comprised of but not limited to mechanical,
electro-mechanical, and electronic parts, microcode, and special features installed thereon and
including any necessary Software, e.g., central processing unit, memory module, tape unit, card
reader, etc.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 74
Page 73 of 133
2.21 "Machine Alteration" means any change to a Contractor-supplied Machine which is not
made by the Contractor, and which results in the Machine deviating from its physical, mechanical,
electrical, or electronic (including microcode) design, whether or not additional devices or parts are
employed in making such change.
2.22 "Maintenance Diagnostic Routines" means the diagnostic programs customarily used
by the Contractor to test Equipment for proper functioning and reliability.
2.23 “Manufacturing Materials” means parts, tools, dies, jigs, fixtures, plans, drawings, and
information produced or acquired, or rights acquired, specifically to fulfill obligations set forth herein.
2.24 "Mean Time Between Failure (MTBF)" means the average expected or observed time
between consecutive failures in a System or component.
2.25 "Mean Time to Repair (MTTR)" means the average expected or observed time required
to repair a System or component and return it to normal operation.
2.26 "Operating Software" means those routines, whether or not identified as Program
Products, that reside in the Equipment and are required for the Equipment to perform its intended
function(s), and which interface the operator, other Contractor-supplied programs, and user programs
to the Equipment.
2.27 "Operational Use Time" means for performance measurement purposes that time
during which Equipment is in actual operation by the County. For maintenance Operational Use Time
purposes, that time during which Equipment is in actual operation and is not synonymous with power
on time.
2.28 "Performance Testing Period" means a period of time during which the County, by
appropriate tests and production runs, evaluates the performance of newly installed Equipment and
Software prior to its acceptance by the County.
2.29 "Period of Maintenance Coverage" means the period of time, as selected by the
County, during which maintenance services are provided by the Contractor for a fixed monthly charge,
as opposed to an hourly charge for services rendered. The Period of Maintenance Coverage consists
of the Principal Period of Maintenance and any additional hours of coverage per day, and/or
increased coverage for weekends and holidays.
2.30 "Preventive Maintenance" means that maintenance, performed on a scheduled basis
by the Contractor, which is designed to keep the Equipment in proper operating condition.
2.31 "Principal Period of Maintenance" means any nine consecutive hours per day (usually
between the hours of 7:00 a.m. and 6:00 p.m.) as selected by the County, including an official meal
period not to exceed one hour, Monday through Friday, excluding holidays observed at the
installation.
2.32 "Programming Aids" means Contractor-supplied programs and routines executable on
the Contractor’s Equipment which assists a programmer in the development of applications including
language processors, sorts, communications modules, data base management systems, and utility
routines, (tape-to-disk routines, disk-to-print routines, etc.).
2.33 "Program Product" means programs, routines, subroutines, and related items which
are proprietary to the Contractor and which are licensed to the County for its use, usually on the basis
of separately stated charges and appropriate contractual provisions.
2.34 "Remedial Maintenance" means that maintenance performed by the Contractor which
results from Equipment (including Operating Software) failure, and which is performed as required,
i.e., on an unscheduled basis.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 75
Page 74 of 133
2.35 "Site License" means for each product, the term “Site License” shall mean the license
established upon acquisition of the applicable number of copies of such product and payment of the
applicable license fees as set forth in the SOW.
2.36 "Software" means an all-inclusive term which refers to any computer programs,
routines, or subroutines supplied by the Contractor, including Operating Software, Programming Aids,
Application Programs, and Program Products.
2.37 "Software Failure” means a malfunction in the Contractor-supplied Software, other than
Operating Software, which prevents the accomplishment of work, even though the Equipment
(including its Operating Software) may still be capable of operating properly. For Operating Software
failure, see definition of Equipment Failure.
2.38 "System" means the complete collection of Hardware, Software and services as
described in this Agreement, integrated and functioning together, and performing in accordance with
this Agreement.
2.39 “U.S. Intellectual Property Rights” means intellectual property rights enforceable in the
United States of America, including without limitation rights in trade secrets, copyrights, and U.S.
patents.
3. NON-EXCLUSIVE AGREEMENT
This Agreement does not establish an exclusive contract between the County and the
Contractor. The County expressly reserves rights to, without limitation, the following: the right to
utilize others to provide products, support and services; the right to request proposals from others with
or without requesting proposals from the Contractor; and the unrestricted right to bid any such
product, support or service.
4. TERM
4.1 This Agreement shall not be effective or binding unless approved in writing by the
Director of Procurement, or authorized designee, as evidenced by their signature as set forth in this
Agreement. The term of the Agreement shall be for three (3) years from the effective date. The
County shall have the right to exercise two (2) one-year optional renewals, or one (1) two-year
optional renewal.
4.2 Furthermore, at any time during the term of the Agreement, the Agreement is subject to
termination pursuant to Section xx 3 of this Agreement. The County may contract with the Contractor
for maintenance beyond the term of this Agreement.
4.3 The effective date of this Agreement is April 2015.
5. TERMINATION
5.1 Termination for Convenience
5.1.1 The County may terminate this Agreement or any contract release purchase
order at any time for the convenience of the County by giving thirty (30) calendar days written
notice specifying the effective date and scope of such termination.
5.1.2 In no event shall the County be liable for any loss of profits on the resulting
order or portion thereof so terminated.
5.1.3 In the event of termination, all finished or unfinished documents, data, studies,
maps, photographs, reports, and other materials (collectively referred to as “materials”)
prepared by Contractor under this Agreement contract release purchase order shall become
the property of the County and shall be promptly delivered to the County. Upon receipt of
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 76
Page 75 of 133
such materials, County shall pay the Contractor as full compensation for performance, the unit
or pro rata price for the then-accepted portion of Deliverables and/or services.
5.1.4 By termination under this paragraph, neither County nor the Contractor may
nullify obligations, if any, already incurred for performance or failure to perform prior to the
date of termination.
5.1.5 Termination under this paragraph may be made with or without cause.
5.2 Termination for Cause
5.2.1 County may terminate this Agreement or any contract release purchase order,
in whole or in part, for cause upon ten (10) calendar days written notice to Contractor. For
purposes of this Agreement, cause includes, but is not limited to, any of the following: (a)
material breach of this Agreement or any contract release purchase order by Contractor, (b)
violation by Contractor of any applicable laws or regulations; (c) assignment or delegation by
Contractor of the rights or duties under this Agreement without the written consent of County
or (d) less than perfect tender of delivery or performance by Contractor that is not in strict
conformance with terms, conditions, specifications, covenants, representations, warranties or
requirements in this Agreement or any contract release purchase order.
5.2.2 In the event of such termination, the Contractor shall be liable for any costs
incurred by the County because of Contractor’s default. For instance, the County may
purchase or obtain Deliverables elsewhere and the defaulting Contractor shall be liable for the
difference between Contractor’s price pursuant to this Agreement, and all costs incurred by the
County. The Contractor shall promptly reimburse the County for the full amount of its liability,
or, at County’s option, the County may offset such liability from any payment due to the
Contractor under any contract or contract release purchase order with the County.
5.2.3 If, after notice of termination under the provisions of this clause, it is determined
for any reason that the Contractor was not in default under this provisions of this clause, the
rights and obligations of the parties shall be the same as if the notice of termination had been
issued pursuant to the Termination For Convenience clause.
5.2.4 In lieu of terminating immediately upon contractor’s default, County may, at its
option, provide written notice specifying the cause for termination and allow Contractor ten
(10) calendar days (or other specified time period) to cure. If, within ten (10) calendar days (or
other specified time) after the County has given the Contractor such notice, Contractor has not
cured to the satisfaction of the County, or if the default cannot be reasonably cured within that
time period, County may terminate this Agreement at any time thereafter. County shall
determine whether Contractor’s actions constitute complete or partial cure. In the event of
partial cure, County may, at its option, decide whether to (a) give Contractor additional time to
cure while retaining the right to immediately terminate at any point thereafter for cause; or (b)
terminate immediately for cause. If County determines that the Contractor’s actions contribute
to the curtailment of an essential service or pose an immediate threat to life, health or
property, County may terminate this Agreement immediately without penalty upon issuing
either oral or written notice to the Contractor and without any opportunity to cure.
5.3 Termination for Lack of Appropriation: The term of the Agreement between Contractor
and County, and the purchase of Deliverables and/or services hereunder, are contingent on the
appropriation of funds by the County. Should sufficient funds not be appropriated, this Agreement
may be terminated by County at any time by providing Contractor with thirty (30) calendar days written
notice. In the event of such Termination for Lack of Appropriation, County shall be responsible only
for any undisputed, unpaid balances for Deliverables and/or services provided by Contractor and
accepted by County prior to the effective date of termination.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 77
Page 76 of 133
5.4 Termination for Bankruptcy: If Contractor is adjudged to be bankrupt or should have a
general assignment for the benefit of its creditors, or if a receiver should be appointed on account of
Contractor’s insolvency, the County may terminate this Agreement immediately without penalty.
5.5 Budgetary Contingency: Performance and/or payment by the County pursuant to this
Agreement are contingent upon the appropriation of sufficient funds by the County for services
covered by this Agreement. If funding is reduced or deleted by the County for services covered by
this Agreement, the County may, at its option and without penalty or liability, terminate this Agreement
or offer an amendment to this Agreement indicating the reduced amount.
6. NECESSARY ACTS AND FURTHER ASSURANCES
The Contractor shall at its own cost and expense execute and deliver such further documents
and instruments and shall take such other actions as may be reasonably required or appropriate to
evidence or carry out the intent and purposes of this Agreement.
7. COUNTING DAYS
Days are to be counted by excluding the first day and including the last day, unless the last
day is a Saturday, a Sunday, or a legal holiday, and then it is to be excluded.
8. MODIFICATION
This Agreement or any contract release purchase order may be supplemented, amended, or
modified only by the mutual agreement of the parties. No supplement, amendment, or modification of
this Agreement contract release purchase order will be binding on County unless it is in writing and
signed by County’s Director of Procurement, or authorized designee, as evidenced by his/her
signature as set forth in this Agreement.
9. SCOPE
9.1 Contractor agrees to provide the County all Deliverables and/or services on terms set
forth in this Agreement (including Exhibits), as well as all necessary equipment and resources.
However, this Agreement does not provide authority to ship Deliverables. That authority shall be
established by contract release purchase orders placed by the County and sent to Contractor
throughout the term of the Agreement. Each and every contract release purchase order shall
incorporate all terms of this Agreement and this Agreement shall apply to same.
9.2 The County will consider Contractor to be the single point of contact with regards to all
contractual matters, including payment of any and all charges for Deliverables and/or services
provided under the Agreement and any issues regarding the subcontractor(s), if any. Contractor shall
provide to County quarterly and annual spend and usage reports, at no additional cost.
9.3 Any additional or different terms or qualifications sent by Contractor, including, without
limitation, in mailings, attached to invoices or with any Deliverables shipped, shall not become part of
the contract between the parties. County’s acceptance of Contractor’s offer is expressly made
conditional on this statement.
9.4 Contractor shall provide to the County, all documentation and manuals relevant to the
Deliverables to be supplied, at no additional cost. Contractor shall deliver such documentation either
in advance of or concurrently with the delivery of Deliverables.
9.5 Employees and agents of Contractor, shall, while on the premises of the County,
comply with all rules and regulations of the premises, including, but not limited to, security
requirements.
9.6 Contractor shall be responsible for installation, delivery, training, and knowledge
transfer activities in relation to the Deliverables being supplied as reasonably required by County and
as set forth in the exhibits to this Agreement.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 78
Page 77 of 133
9.7 All equipment shall be delivered to a County site specified in the contract release
purchase order, or if not so specified therein, in the SOW/Specifications.
9.8 Unless stated otherwise and agreed to in writing by County, County shall own all
Deliverables provided pursuant to this Agreement. County shall also own all modifications and/or
enhancements to the Deliverables paid for by County, as well as any and all derivatives created or
paid for by County.
9.9 Contractor holds itself out as an expert in the subject matter of the Agreement.
Contractor represents itself as being possessed of greater knowledge and skill in this area than the
average person. Accordingly, Contractor is under a duty to exercise a skill greater than that of an
ordinary person, and the manner in which performance is rendered will be evaluated in light of the
Contractor’s superior skill. Contractor shall provide equipment and perform work in a professional
manner consistent, at minimum, with industry standards.
9.10 Contractor represents that all prices, warranties, benefits and other terms being
provided hereunder are fair, reasonable and commensurate with the terms otherwise being offered by
Contractor to its current customers ordering comparable Deliverables and/or services.
9.11 County does not guarantee any minimum orders.
9.12 This Agreement shall not be effective or binding unless approved in writing by the
County Director of Procurement, or authorized designee, as evidenced by their signature as set forth
in this Agreement.
9.13 Furthermore, at any time during the term of the Agreement, the Agreement is subject to
termination in accordance with this Agreement. The County may contract with Contractor for
recurring services beyond the term of this Agreement and any amendments.
10. COST SUMMARY AND COMPENSATION PLAN
10.1 Exhibit A of this Agreement is the basis for the pricing and compensation plan. The
maximum compensation paid to the Contractor under this Agreement is $______________.
10.2 In the event of a decrease in the cost of recurring fees, Contractor shall extend the
lower price(s) to the County and provide prompt written notification to the County. Contractor shall, on
an ongoing basis, inform the County of any such special, promotional or reduced pricing.
10.3 In the event that any product on Exhibit A is discontinued or upgraded, Contractor shall
extend the same contract pricing towards a comparable replacement which is functionally equivalent
or upgraded version when available. Minimum mandatory hardware specifications must be included.
Unless otherwise stated, prices shall be fixed for the term of the Agreement, including all extensions
and/or amendments.
10.4 Additional services, if any, will be billed after services have been rendered.
10.5 Both parties acknowledge that during the term of this Agreement, products and
services may be added to the Agreement. In the event that such services are identified, and a cost is
associated, the County reserves the right to add the additional services to the Agreement and
negotiate cost. The County Contract Administrator will approve the additional work and cost by
means of an amendment.
10.6 The County will not pay any cost or charge that is not delineated in this Agreement.
11. DISPUTED PAYMENTS
If, due to either an issue with the charges on an invoice or the Contractor’s failure to perform
its obligations under this Agreement, the County disputes any charge(s) on an invoice, the County
may withhold the disputed amount, provided that (a) there is a reasonable basis for the dispute, (b) all
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 79
Page 78 of 133
other amounts that are not in dispute have been paid in accordance with this Agreement, and (c) the
County delivers a written statement to Contractor on or before the due date of the invoice, describing
in detail the basis of the dispute and the amount being withheld by the County.
12. TIME OF THE ESSENCE
12.1 Time is of the essence in the delivery of Deliverables and/or services by Contractor
under this Agreement and any contract release purchase order. In the event that the Contractor fails
to deliver Deliverables and/or services on time, the Contractor shall be liable for any costs incurred by
the County because of Contractor’s delay. For instance, County may purchase or obtain the
Deliverables and/or services elsewhere and the Contractor shall be liable for the difference between
the price in the Agreement and the cost to the County; or County may terminate on grounds of
material and Contractor shall be liable for County’s damages.
12.2 The Contractor shall promptly reimburse the County for the full amount of its liability,
or, at County’s option, the County may offset such liability from any payment due to the Contractor
under any contract with the County.
12.3 The rights and remedies of County provided herein shall not be exclusive and are in
addition to any other rights and remedies provided by law. The acceptance by County of late or
partial performance with or without objection or reservation shall not waive the right to claim damage
for such breach nor constitute a waiver of the rights or requirements for the complete and timely
performance of any obligation remaining to be performed by the Contractor, or of any other claim,
right or remedy of the County.
13. DOCUMENTATION
13.1 The Contractor agrees to provide to the County, at no charge, a reasonable number of
all nonproprietary manuals and other printed materials, as described within the SOW, and updated
versions thereof, which are necessary or useful to the County in its use of the Equipment or Software
provided hereunder. The Contractor agrees to provide additional Documentation at prices not in
excess of charges made by the Contractor to its other customers for similar Documentation, or if
appropriate, to permit County to make copies of same for County’s internal use.
13.2 If the Contractor is unable to perform maintenance or the County desires to perform its
own maintenance on Equipment purchased under this Agreement then upon written notice by the
County the Contractor will provide at Contractor’s then current rates and fees adequate and
reasonable assistance including relevant Documentation to allow the County to maintain the
Equipment based on Contractor’s methodology. The Contractor agrees that the County may
reproduce such Documentation for its own use in maintaining the Equipment. If the Contractor is
unable to perform maintenance, the Contractor agrees to license any other contractor that the County
may have hired to maintain the Equipment to use the above noted Documentation. The County
agrees to include the Contractor’s copyright notice on any such Documentation reproduced, in
accordance with copyright instructions to be provided (in writing) by the Contractor.
14. SERVICE LEVEL AGREEMENT
14.1 Contractor warrants that the service provided pursuant to this Agreement shall adhere
to the service levels and benchmarks specified in the SOW. Unavailability does not mean an inability
to connect to the service due to a failure between the County’s computer and the Internet. System
availability and response time shall be accurately, truthfully and precisely monitored by Contractor on
a 24x7x365 basis. Contractor shall provide a system availability and response time report at any time
upon request by County.
14.2 This Agreement may be terminated for cause and without penalty if the Contractor fails
to meet, for three (3) months in any twelve (12) month period, the service levels and benchmarks
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 80
Page 79 of 133
specified in the SOW, or experiences any period of total unavailability that has not been cured within
three (3) hours to the reasonable satisfaction of the County.
15. HAZARDOUS SUBSTANCES
If any product being offered, delivered or supplied to the County is listed in the Hazardous
Substances List of the Regulations of the Director of Industrial Relations with the California
Occupational Safety and Health Standards Board, or if the product presents a physical or health
hazard as defined in the California Code of Regulations, General Industry Safety Order, Section 5194
(“T8CCR”), Hazard Communication, the Contractor must include a Material Safety Data Sheet
(“MSDS”) with delivery, or shipment. Each MSDS must reference the contract/purchase order
number, and identify the "Ship To Address." All shipments and containers must comply with the
labeling requirements of Title 49, Code of Federal Regulations by identifying the hazardous
substance, name and address of manufacturer, and appropriate hazard warning regarding potential
physical safety and health hazard.
16. SHIPPING AND RISK OF LOSS
16.1 Deliverables shall be packaged, marked and otherwise prepared by Contractor in
suitable containers in accordance with sound commercial practices. Contractor shall include an
itemized packing list with each shipment and with each individual box or package shipped to the
County. The packing list shall contain, without limitation, the applicable contract release purchase
order number.
16.2 Unless otherwise specified in writing, all shipments by Contractor to County will be
F.O.B. point of destination. Freight or handling charges are not billable unless such charges are
referenced on the order. Transportation receipts, if required by contract release purchase order, must
accompany invoice. Regardless of F.O.B. point, Contractor shall bear all risks of loss, injury, or
destruction to Deliverables and materials ordered herein which occur prior to acceptance by County;
and such loss, injury or destruction shall not release Contractor from any obligation hereunder.
16.3 Any shipments returned to the Contractor shall be delivered as F.O.B. shipping point.
17. INSPECTION, TEST, ACCEPTANCE, REJECTION AND RELATED RIGHTS
Unless otherwise specified in the SOW:
17.1 All Deliverables and/or services are subject to inspection, testing, approval and
acceptance by the County. Inspection shall be made within a reasonable time (but in no event longer
than sixty (60) calendar days) after delivery. If the Deliverables, services, or the tender of delivery fail
in any respect to conform to the Agreement, the County may reject the entire tender, accept the entire
tender, or, if the Deliverables are commercially divisible, may, at its option, accept any commercial
unit or units and reject the rest.
17.2 Inspection
17.2.1 Contractor and its subcontractors will provide and maintain a quality assurance
system acceptable to the County covering Deliverables and/or services under this Contract
and will tender to the County only those Deliverables that have been inspected and found to
conform to this Agreement’s requirements.
17.2.2 Contractor will keep records evidencing inspections and their result, and will
make these records available to the County during performance and for three (3) years after
final payment. Contractor shall permit the County to review procedures, practices, processes,
and related documents to determine the acceptability of Contractor’s quality assurance
System or other similar business practices related to performance of the Agreement.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 81
Page 80 of 133
17.2.3 Contractor and its subcontractors shall provide all reasonable facilities for the
safety and convenience of inspectors at no additional cost to the County. Contractor shall
furnish to inspectors all information and data as may be reasonably required to perform their
inspection.
17.2.4 All Deliverables and/or services may be subject to final inspection, test and
acceptance by the County at destination, notwithstanding any payment or inspection at
source.
17.3 Test
17.3.1 County will use the criteria established in this Agreement, the SOW, or any
subsequent sub-SOW to determine the acceptance of each task and to test the Deliverables
and/or services.
17.3.2 If the County, in its sole discretion, determines that the Deliverables and/or
services have failed to meet a specific task, specification or requirements of the SOW, any
sub-SOW, or this Agreement, or that features or functions said to be present in the
Contractor’s Documentation are absent or do not function properly, County may execute any
or all of the following:
(i) Have the Contractor modify the Deliverables and/or services to conform
to the Documentation;
(ii) Extend the acceptance testing period for a reasonable time period to
allow time for Contractor to remedy the problems; or
(iii) Cancel this Agreement and its obligations to Contractor. Any pre-
payments made to the Contractor shall be prorated to the termination date and the
remainder refunded to the County.
17.4 Acceptance
17.4.1 Acceptance is set forth in the SOW.
17.5 Rejection
17.5.1 County shall give written notice of rejection of Deliverables delivered and/or
services performed during the period set forth in Section 17.1 of this Agreement. Such notice
of rejection will state the respects in which the Deliverables and/or services do not
substantially conform to their specifications. Acceptance by County will be final and
irreversible, except as it relates to latent defects, fraud, and gross mistakes amounting to
fraud. Acceptance shall not be construed to waive any warranty rights that the County might
have at law or by express reservation in this Agreement with respect to any nonconformity.
17.5.2 Contractor shall be responsible to reclaim and remove any rejected
Deliverables and/or items at its own expense. Should Contractor fail to reclaim or remove any
rejected Deliverables and/or items within a reasonable time, County shall, at its option dispose
of such Deliverables and/or items and require reimbursement from Contractor for any costs or
expenses incurred.
17.6 Corrective Action:
17.6.1 Contractor shall comply with all applicable federal state, and local laws and
regulations relating to its performance under this Agreement in all material respects.
17.6.2 If County discovers any practice, procedure, or policy of Contractor which
materially deviates from the terms or requirements of this Agreement, which violates federal,
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 82
Page 81 of 133
state or local laws or regulations, the County, in addition to its termination rights, may notify
Contractor that corrective action is required.
17.6.3 Contractor shall correct any and all discrepancies, violations, or deficiencies
within thirty (30) calendar days, unless the corrective action requires additional time, in which
case Contractor shall have a period of time to make corrections.
17.6.4 In the event that the Contractor’s Deliverables and/or services are not accepted
by County, the Contractor shall be liable for any costs incurred by the County because of such
failure by Contractor. For instance, County may purchase or obtain the Deliverables and/or
services elsewhere and the Contractor shall be liable for the difference between the price in
the Agreement and the cost to the County, and any other costs incurred; or County may
terminate for cause on grounds of material breach and Contractor shall be liable for County’s
damages.
17.6.5 Contractor shall promptly reimburse the County for the full amount of its liability,
or, at County’s option, the County may offset such liability from any payment due to the
Contractor under any contract with the County.
17.6.6 The rights and remedies of County provided herein shall not be exclusive and
are in addition to any other rights and remedies provided by law. The acceptance by County
of late or partial performance with or without objection or reservation shall not waive the right
to claim damage for such breach nor constitute a waiver of the rights or requirements for the
complete and timely performance of any obligation remaining to be performed by the
Contractor, or of any other claim, right or remedy of the County.
18. ADJUSTMENT BY COUNTY
The County reserves the right to waive a variation in specification of Deliverables and/or
services supplied by the Contractor. Contractor may request an equitable adjustment of payments to
be made by County if County requires a change in the Deliverables and/or services to be delivered.
Any claim by the Contractor for resulting adjustment of payment must be asserted within thirty (30)
calendar days from the date of receipt by the Contractor of the notification of change required by
County; provided however, that the Procurement Director, if he/she decides that the facts justify such
action, may receive and act upon any such claim asserted at any time prior to final payment made for
Deliverables and/or services supplied by Contractor. Where the cost of property made obsolete or
excess as a result of a change is included in the Contractor’s claim for adjustment, the Procurement
Director shall have the right to prescribe the manner of disposition of such property. Nothing in this
clause shall excuse performance by Contractor.
19. INVOICING
19.1 Contractor shall invoice according to the pricing exhibit of this Agreement. Invoices
shall be sent to the County customer or department referenced in the individual contract release
purchase order. Invoices for Deliverables and/or services not specifically listed in the Agreement will
not be approved for payment.
19.2 Invoices shall include: Contractor’s complete name and remit-to address; invoice date,
invoice number, and payment term; County contract number; pricing per the Agreement; applicable
taxes; and total cost.
19.3 Contractor and County shall make reasonable efforts to resolve all invoicing disputes
within seven (7) calendar days.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 83
Page 82 of 133
20. AVAILABILITY OF FUNDING
The County's obligation for payment of any contract beyond the current fiscal year end is
contingent upon the availability of funding and upon appropriation for payment to the Contractor. No
legal liability on the part of the County shall arise for payment beyond June 30 of the calendar year
unless funds are made available for such performance
21. PAYMENT
The County’s standard payment term shall be Net 45, unless otherwise agreed to by the parties.
Payment shall be due Net 45 days from the date of receipt and approval of correct and proper invoices.
Notwithstanding the standard payment term set forth above, the parties agree that the Payment Term
for this Agreement shall be the term set forth in the Key Provisions section of the Agreement above. If
the Payment Term is a prompt payment discount term, then payment shall be made accordingly. For
example, if the Payment Term is 2.25% 10 Net 45, payment shall be due 10 days from the date the
County receives and approves the correct and proper invoice, but no later than 45 days from that
date, and the County would take a discount of 2.25% of the total amount of the invoice if the payment
is made in 10 days. The parties also agree that notwithstanding the Payment Term set forth in the
Key Provisions section of the Agreement, that at any time during the contract term, either party may
initiate an early payment discount on an invoice-by-invoice basis utilizing the Dynamic Discounting
functionality of the Ariba Network. Contractor must have a registered account on the Ariba Network to
utilize this functionality.
Payment is deemed to have been made on the date the County mails the warrant or initiates the
electronic fund transfer.
22. OTHER PAYMENT PROVISIONS
Notwithstanding anything to the contrary, County shall not make payments prior to receipt of service or
goods (i.e. the County will not make “advance payments”). Unless specified in writing in an individual
purchase order, the County will not accept partial delivery with respect to any purchase order. Any
acceptance of partial delivery shall not waive any of County’s rights on an ongoing basis.
Sales tax shall be noted separately on every invoice. Items that are not subject to sales tax shall be
clearly identified.
Contractor shall be responsible for payment of all state and federal taxes assessed on the compensation
received under this Purchase Order and such payment shall be identified under the Contractor’s federal
and state identification number(s).
The County does not pay Federal Excise Taxes (F.E.T). The County will furnish an exemption certificate
in lieu of paying F.E.T. Federal registration for such transactions is: County #94-730482K. Contractor
shall not charge County for delivery, drayage, express, parcel post, packing, cartage, insurance, license
fees, permits, cost of bonds, or for any other purpose, unless expressly authorized by the County.
23. LATE PAYMENT CHARGES OR FEES
The Contractor acknowledges and agrees that the County will not pay late payment charges or
fees.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 84
Page 83 of 133
24. DISALLOWANCE
In the event the Contractor receives payment for Deliverables and/or services, which payment
is later disallowed by the County or state or federal law or regulation, the Contractor shall promptly
refund the disallowed amount to the County upon notification. At County’s option, the County may
offset the amount disallowed from any payment due to the Contractor under any contract with the
County.
25. DISENTANGLEMENT
25.1 This section shall apply upon termination of this Agreement for any reason.
25.2 Contractor shall cooperate with County and County’s other contractors to ensure a
smooth transition at the time of termination of this Agreement, regardless of the nature or timing of the
termination. Contractor shall cooperate with County's efforts to ensure that there is no interruption of
work required under the Agreement and no adverse impact on the supply of Deliverables, provision of
services or the County’s activities. Contractor shall promptly return to County all County assets or
information in Contractor’s possession.
25.3 For any software programs developed for use under the County's Agreement,
Contractor shall provide a non-exclusive, non-transferable, fully-paid, perpetual, irrevocable, royalty-
free worldwide license to the County, at no charge to County, to use, copy, and modify, all work or
derivatives that would be needed in order to allow County to continue to perform for itself, or obtain
from other providers, the services as the same might exist at the time of termination.
25.4 County shall be entitled to purchase at net book value those Contractor assets used for
the provision of services to or for County, other than those assets expressly identified by the parties
as not being subject to this provision. Contractor shall promptly remove from County’s premises, or
the site of the work being performed by Contractor for County, any Contractor assets that County, or
its designee, chooses not to purchase under this provision.
25.5 Contractor shall deliver to County or its designee, at County’s request, all
Documentation and data related to County, including, but not limited to, the County Data and client
files, held by Contractor, and after return of same, Contractor shall destroy all copies thereof not
turned over to County, all at no charge to County.
26. DISPUTES
26.1 The parties shall deal in good faith and attempt to resolve potential disputes informally.
If the dispute persists, except as otherwise provided in this Agreement, any dispute concerning a
question of fact arising under this Agreement that is not disposed of by agreement shall be decided by
the Director of Procurement who shall furnish the decision to the Contractor in writing. The decision
of the Director of Procurement shall be final and conclusive unless determined by the court of
competent jurisdiction to have been fraudulent or capricious, or arbitrary, or so grossly erroneous as
necessarily to imply bad faith. The Contractor shall proceed diligently with the performance of the
Agreement pending the Director of Procurement’s decision.
26.2 "Disputes" clause does not preclude consideration of legal questions in connection with
decisions provided for in paragraph (a) above. Nothing in this Agreement shall be construed as
making final the decision of any administrative official, representative, or board on a question of law.
26.3 In the event of a dispute, Contractor shall continue to perform its obligations pursuant
to this Agreement for a period not to exceed ninety (90) days from the time that Contractor provides
written notice to County of the disputed issue(s).
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 85
Page 84 of 133
27. ACCOUNTABILITY
Contractors will be the primary point of contact and assume the responsibility of all matters
relating to the purchase, including those involving the manufacturer and deliverer or any
subcontractor, as well as payment issues. If issues arise, the Contractor must take immediate action
to correct or resolve the issues.
28. NO ASSIGNMENT, DELEGATION OR SUBCONTRACTING WITHOUT PRIOR WRITTEN
CONSENT
28.1 Contractor may not assign any of its rights, delegate any of its duties or subcontract
any portion of its work or business under this Agreement or any contract release purchase order
without the prior written consent of County. No assignment, delegation or subcontracting will release
Contractor from any of its obligations or alter any of its obligations to be performed under the
Agreement. Any attempted assignment, delegation or subcontracting in violation of this provision is
voidable at the option of the County and constitutes material breach by Contractor. Contractor is
responsible for payment to sub-contractors and must monitor, evaluate, and account for the sub-
contractor(s) services and operations.
28.2 As used in this provision, "assignment" and "delegation" means any sale, gift, pledge,
hypothecation, encumbrance, or other transfer of all or any portion of the rights, obligations, or
liabilities in or arising from this Agreement to any person or entity, whether by operation of law or
otherwise, and regardless of the legal form of the transaction in which the attempted transfer occurs.
29. MERGER AND ACQUISITION
29.1 Neither party may assign this Agreement or transfer any rights to a third party without
the prior written consent of the other party, and any such attempt shall be void; provided, however,
subject to compliance with the provisions of this Section 28, County shall not unreasonably withhold
or delay its consent for Contractor to transfer and/or assign this Agreement to any current wholly
owned subsidiary, or pursuant to a corporate plan of merger, reorganization, acquisition or
consolidation.
29.2 This Agreement will inure to the benefit of and be binding upon the parties and their
respective successors and permitted assigns. The terms of this Agreement will survive an acquisition,
merger, divestiture or other transfer of rights or assignment involving Contractor. In the event of an
acquisition, merger, divestiture or other transfer of rights, Contractor shall ensure that the acquiring
entity or the new entity agrees to be bound by the terms of this Agreement and act in the place of
Contractor with respect to all of its obligations as set forth herein. The acquiring entity shall honor all
the terms and conditions in this Agreement and (if applicable) provide the functionality of the
Deliverables and/or services in a future, separate or renamed product, if the acquiring entity or the
new entity reduces or replaces the functionality, or otherwise provide a substantially similar
functionality of the Deliverables and/or services at the same pricing levels. No additional license or
maintenance fee will apply.
29.3 Contractor shall provide thirty (30) calendar days written notice to the County following
the closing of an acquisition, merger, divestiture or other transfer of right involving Contractor.
29.4 Contractor shall provide reasonable assistance to County during the transition period.
30. COMPLIANCE WITH ALL LAWS & REGULATIONS
Contractor shall comply with all laws, codes, regulations, rules and orders (collectively,
"Regulations") applicable to the Deliverables and/or services to be provided hereunder. Contractor’s
violation of this provision shall be deemed a material default by Contractor, giving County a right to
terminate the Agreement. Examples of such Regulations include but are not limited to California
Occupational Safety and Health Act of 1973, Labor Code §6300 et. seq. the Fair Packaging and
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 86
Page 85 of 133
Labeling Act, etc. and the standards and regulations issued there under. Contractor shall defend,
indemnify and hold the County harmless against any claim, loss, damage, fine, penalty, or any
expense whatsoever as a result of Contractor’s failure to comply with the act and any standards or
regulations issued there under.
31. FORCE MAJEURE
31.1 Neither party shall be liable for failure of performance, nor incur any liability to the other
party on account of any loss or damage resulting from any delay or failure to perform all or any part of
this Agreement if such delay or failure is caused by events, occurrences, or causes beyond the
reasonable control and without negligence of the parties. Such events, occurrences, or causes will
include Acts of God/Nature (including fire, flood, earthquake, storm, hurricane or other natural
disaster), war, invasion, act of foreign enemies, hostilities (whether war is declared or not), civil war,
riots, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities,
nationalization, government sanction, lockout, blockage, embargo, labor dispute, strike, interruption or
failure of electricity or telecommunication service.
31.2 Each party, as applicable, shall give the other party notice of its inability to perform and
particulars in reasonable detail of the cause of the inability. Each party must use best efforts to
remedy the situation and remove, as soon as practicable, the cause of its inability to perform or
comply.
31.3 The party asserting Force Majeure as a cause for non-performance shall have the
burden of proving that reasonable steps were taken to minimize delay or damages caused by
foreseeable events, that all non-excused obligations were substantially fulfilled, and that the other
party was timely notified of the likelihood or actual occurrence which would justify such an assertion,
so that other prudent precautions could be contemplated.
31.4 The County shall reserve the right to terminate this Agreement and/or any applicable
order or contract release purchase order upon non-performance by Contractor. The County shall
reserve the right to extend the agreement and time for performance at its discretion.
32. CONFLICT OF INTEREST
32.1 Contractor represents and warrants that, to the best of its knowledge, it presently has
no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or
degree with the performance of services required under this Agreement.
32..2 Contractor shall comply, and require its subcontractors to comply, with all applicable (i)
professional canons and requirements governing avoidance of impermissible client conflicts
applicable to Contractor and such subcontractors; and (ii) federal, state and local conflict of interest
laws and regulations applicable to Contractor, such subcontractors and the services, including,
without limitation, to the extent applicable, California Government Code section 1090 et. seq., the
California Political Reform Act (California Government Code section 87100 et. seq.) and the
regulations of the Fair Political Practices Commission concerning disclosure and disqualification (2
California Code of Regulations section 18700 et. seq.). Failure to do so constitutes a material breach
of this Agreement and is grounds for termination of this Agreement by the County.
32..3 Contractor shall provide County with the names, description of individual duties to be
performed and email addresses of all persons who will be engaged in performance of the agreement,
including without limitation colleagues, employees, agents and subcontractors with the exception of
those working solely ministerial, secretarial, manual, or clerical capacity. Contractor shall immediately
notify the County of the names of individuals working in such a capacity who, during the course of the
Agreement, end their service.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 87
Page 86 of 133
32.4 Contractor shall ensure that all individuals identified pursuant to this section
understand that they are subject to the Political Reform Act (“PRA”) and shall conform to all
requirements of the PRA and other laws and regulations, including, as required, filing of Statements of
Economic Interests (Form 700) within thirty (30) calendar days of commencing service pursuant to
this Agreement, annually by April 1, and within thirty (30) calendar days of their termination of service
pursuant to this Agreement. Form 700 is available on the website of the Fair Political Practices
Commission.
33. INDEPENDENT CONTRACTOR
Contractor shall supply all Deliverables and/or perform all services pursuant to this Agreement
as an independent contractor and not as an officer, agent, servant, or employee of County.
Contractor shall be solely responsible for the acts and omissions of its officers, agents, employees,
contractors, and subcontractors, if any. Nothing herein shall be considered as creating a partnership
or joint venture between the County and Contractor. No person performing any services and/or
supplying all Deliverables shall be considered an officer, agent, servant, or employee of County, nor
shall any such person be entitled to any benefits available or granted to employees of the County.
34. INSURANCE
Contractor shall maintain insurance coverage, throughout the term of this Agreement,
pursuant to Exhibit D.
35. DAMAGE AND REPAIR BY CONTRACTOR
Any and all damages caused by Contractor’s negligence or operations shall be repaired,
replaced or reimbursed by Contractor at no charge to the County. Repairs and replacements shall be
completed with seventy two (72) hours of the incident unless the County requests or agrees to an
extension or another time frame. The cleanup of all damage related to accidental or intentional
release of any/all non-hazardous or hazardous material (e.g. hydraulic fluid, fuel, grease, etc.) from
Contractor’s vehicles or during performance shall be responsibility of the Contractor. All materials
must be cleaned up in a manner and time acceptable to County (completely and immediately to
prevent potential as well as actual environmental damage). Contractor must immediately report each
incident to the County’s Director of Procurement. Damage observed by Contractor, whether or not
resulting from Contractor’s operations or negligence shall be promptly reported by Contractor to
County. County may, at its option, approve and/or dictate the actions that are in County’s best
interests.
36. LIENS, CLAIMS, AND ENCUMBRANCES AND TITLE
The Contractor represents and warrants that all the Deliverables and/or materials ordered and
delivered are free and clear of all liens, claims or encumbrances of any kind. Contractor represents
and warrants that it has free and clear title (including any and all intellectual property rights) to the
Deliverables and/or materials purchased by County. Title to the Deliverables and/or materials
purchased shall pass directly from Contractor to County at the F.O.B. point, subject to the right of
County to reject upon inspection.
37. CONTRACTOR’S LIABILITY FOR INJURY TO PERSONS OR DAMAGE TO PROPERTY
37.1. Contractor shall be liable for damages arising out of injury to the person and/or
damage to the property of the County, employees of the County, persons designated by the County
for training, or any other person(s) other than agents or employees of the Contractor, designated by
the County for any purpose, prior to, during, or subsequent to delivery, installation, acceptance, and
use of the Deliverables either at the Contractor’s site or at the County’s place of business, provided
that the injury or damage was caused by the fault or negligence of the Contractor.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 88
Page 87 of 133
37.2 Contractor shall not be liable for damages arising out of or caused by an alteration not
made or installed by the Contractor.
38. INDEMNITY
Contractor shall defend, indemnify, and hold harmless the County, its officers, agents and
employees from any claim, liability, loss, injury or damage arising out of, or in connection with,
performance of this Agreement by Contractor and/or its agents, employees or sub-contractors,
excepting only loss, injury or damage caused by the sole negligence or willful misconduct of
personnel employed by the County. It is the intent of the parties to this Agreement to provide the
broadest possible coverage for the County. The Contractor shall reimburse the County for all costs,
attorneys' fees, expenses and liabilities incurred with respect to any litigation in which the Contractor
is obligated to defend, indemnify, and hold harmless the County under this Agreement.
39. INTELLECTUAL PROPERTY INDEMNITY
Contractor represents and warrants for the benefit of the County and its users that, to its
knowledge, as of the effective date of this Agreement, Contractor is the exclusive owner of all rights,
title and interest in the Deliverables and/or services provided pursuant to this Agreement. Contractor
shall defend, indemnify and hold the County harmless against any claim, action or litigation (including
but not limited to all judgments, costs, fees, and reasonable attorney’s fees) by a third party alleging
the Deliverables and/or services provided pursuant to this Agreement infringe upon any intellectual
property rights of third parties.
40. LIMITATION OF LIABILITY
40.1 Contractor’s liability for damages to the County for any cause whatsoever, and
regardless of the form of action, whether in contract or in tort, shall be limited to greater of (i) the
insurance limits set forth in Exhibit D to this Agreement, or (ii) three (3) times the Purchase Price. For
purposes of this Section, “Purchase Price” will mean the aggregate Agreement price as set forth in
Section 10 of this Agreement, and any subsequent amendments to this Agreement.
40.2 The foregoing limitation of liability shall not apply to (i) any indemnity or warranty
obligation set forth in this Agreement, (ii) Contractor’s willful misconduct, gross negligence, or fraud,
or (iii) costs or attorney’s fees that the County becomes entitled to recover.
40.3 The County’s liability for damages for any cause whatsoever, and regardless of the
form of action, whether in contract or in tort, shall be limited to the Purchase Price. Nothing herein
shall be construed to waive or limit the County’s sovereign immunity or any other immunity from suit
provided by law.
41. WARRANTY
41.1 Any Deliverables and/or services furnished under this Agreement shall be covered by
the most favorable commercial warranties that Contractor gives to any of its customers for the same
or substantially similar Deliverables and/or services. Any warranties so provided shall supplement,
and shall not limit or reduce, any rights afforded to County by any clause in this Agreement, any
applicable Uniform Commercial Code warranties, including, without limitation, Implied Warranty of
Merchantability and Implied Warranty of Fitness for a Particular Purpose as well as any other express
warranty.
41.2 Unless otherwise specified, the warranties in this Section begin upon County’s final
acceptance of the Deliverables and/or services in question and end one (1) year thereafter.
Contractor warrants that:
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 89
Page 88 of 133
41.2.1 Deliverables and/or services furnished hereunder shall strictly conform to the
requirements of this Agreement (including without limitation all descriptions, specifications, and
drawings identified in the SOW) and Contractor’s Documentation;
41.2.2 Deliverables shall:
(i) be free from material defects in materials and workmanship;
(ii) be free of illicit or harmful code (i.e. computer viruses, worms, trap
doors, time bombs, disabling code, or any similar malicious mechanism designed to
interfere with the intended operation of, or cause damage to, computers, data, or
Software);
(iii) not contain hidden files or viruses;
(iv) not replicate, transmit or activate themselves;
(v) not alter, damage or erase data or computer programs;
(vi) not contain open source code; and
(vii) not infringe or violate any U.S. Intellectual Property Right.
41.2.3 If the Agreement calls for delivery of Commercial Software, Contractor warrants
that such Software will perform in accordance with its license and accompanying
Documentation.
4012.4 All Deliverables supplied shall be new, suitable for the use intended, of the
grade and quality specified, free from all defects in design, material and workmanship, in
conformance with all samples, drawings, descriptions and specifications furnished by the
County, in compliance with all applicable federal, state and local laws and regulations and free
of liens, claims and encumbrances.
41.2.5 All Deliverables containing embedded or third party software shall contain a
nonexclusive, perpetual, worldwide, and royalty free license to use, reproduce, distribute,
demonstrate and prepare derivative works. Should a conflict exist between the terms of any
such embedded or third party software license and this Agreement, this Agreement shall take
precedence and supersede such other license terms and conditions. Contractor also
represents and warrants that it has all rights to license to County. Contractor shall pass
through all applicable third party warranties to County.
41.2.6 All Deliverables are compatible with County’s operating environment.
41.2.7 Contractor shall perform all services in a workmanlike manner and in
accordance with Contractor’s industry’s standards, but in no event less than a reasonable
manner.
41.2.8 Security features shall be embedded, enabled and active upon delivery to
County, including baseline security configurations for all Deliverables and a defined process to
discover and report to County areas within the Deliverables that are vulnerable to security
breaches.
41.3 Contractor shall immediately repair and/or replace any Deliverable not conforming to
any warranty, or provide services to conform to County’s requirements. If after notice, Contractor fails
to repair or replace Deliverables, or to provide services to conform to County’s requirements,
Contractor shall promptly refund to County the full purchase price paid by the County and the
County’s Cost to Cover. This remedy is non-exclusive of other remedies and rights that may be
exercised by the County. Claims for damages may include direct damages, such as cost to repair, as
well as incidental and consequential damages. “Cost to Cover” means the cost, properly mitigated, of
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 90
Page 89 of 133
procuring Deliverables and/or services of equivalent capability, function, and performance. Contractor
shall also extend the warranty period for the equivalent period of time that the Deliverables are not in
conformance with the County’s requirements.
41.4 At County’s option, Contractor shall use best efforts to repair and/or replace any
Deliverable containing open source code or illicit or harmful code. Contractor shall also extend the
warranty period for the equivalent period of time that the Deliverables are not in conformance with the
County’s requirements. Contractor shall also extend the warranty period for the equivalent period of
time that the Deliverables are not in conformance with the County’s requirements.
41.5 If Contractor is unable to repair and/or replace to the County’s satisfaction and within a
reasonable period of time, County may immediately terminate this Agreement for cause pursuant to
section 5 of this Agreement and Contractor shall refund to County a proportionate refund of any pre-
paid fees.
41.6 During the provision of Deliverables and/or services, Contractor may not disclaim any
warranty, express or implied, and any such disclaimer shall be void. Additionally, the warranties
above shall not be deemed to exclude Contractor’s standard warranties or other rights and warranties
that the County may have or obtain.
41.7 Unless otherwise specified, the Contractor does not warrant that any Software
provided hereunder is error-free or that it will run without immaterial interruption.
41.8 Contractor does not warrant and will have no responsibility for a claim to the extent that
it arises directly from (A) a modification made by the County, unless such modification is approved or
directed by Contractor, (B) use of Software in combination with or on products other than as specified
by Contractor, or (C) misuse by the County.
41.9 Where Contractor resells Hardware or Software it purchased from a third party, and
such third party offers additional or more advantageous warranties than those set forth herein,
Contractor will pass through any such warranties to the County and will reasonably cooperate in
enforcing them. Such warranty pass-through will be supplemental to, and not relieve Contractor from,
Contractor’s warranty obligations set forth above.
41.10 All warranties, including special warranties specified elsewhere herein, shall inure to
the County, its successors, assigns, customer agencies, and governmental users of the Deliverables
and/or services.
41.11 Should any Deliverable contain embedded or third party software without a license as
specified in section 40.2.5, Contractor shall immediately obtain a license for County’s benefit at no
cost to the County. Said license shall conform to the requirements set forth in section 40.2.5.
42. COOPERATION WITH REVIEW
42.1 Contractor shall cooperate with County’s periodic review of Contractor’s performance.
Contractor shall make itself available onsite to review the progress of the project and Agreement, as
requested by the County, upon reasonable advanced notice.
42.2 Contractor agrees to extend to the County or his/her designees and/or designated
auditor of the County, the right to monitor or otherwise evaluate all work performed and all records,
including service records and procedures to assure that the project is achieving its purpose, that all
applicable federal, state, and local laws and regulations are met, and that adequate internal fiscal
controls are maintained.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 91
Page 90 of 133
43. AUDIT RIGHTS
43.1 Pursuant to California Government Code Section 8546.7, the parties acknowledge and
agree that every contract involving the expenditure of public funds in excess of Ten Thousand Dollars
($10,000 USD) shall be subject to audit by the State Auditor.
43.2 All payments made under this Agreement shall be subject to an audit at County’s
option, and shall be adjusted in accordance with said audit. Adjustments that are found necessary as
a result of auditing may be made from current billings.
43.3 Contractor shall be responsible for receiving, replying to, and complying with any audit
exceptions set forth in any County audits. Contractor shall pay to County the full amount of any audit
determined to be due as a result of County audit exceptions. This provision is in addition to other
inspection and access rights specified in this Agreement.
44. ACCESS AND RETENTION OF RECORDS AND PROVISION OF REPORTS
44.1 Contractor shall maintain financial records adequate to show that County funds paid
were used for purposes consistent with the terms of the Agreement between Contractor and County.
Records shall be maintained during the terms of the Agreement and for a period of four (4) years from
its termination, or until all claims have been resolved, whichever period is longer, unless a longer
period is required under any contract.
44.2 All books, records, reports, and accounts maintained pursuant to the Agreement, or
related to the Contractor's activities under the Agreement, shall be open to inspection, examination,
and audit by County, federal and state regulatory agencies, and to parties whose Agreements with the
County require such access. County shall have the right to obtain copies of any and all of the books
and records maintained pursuant to the Agreement, upon the payment of reasonable charges for the
copying of such records.
44.3 Contractor shall provide annual reports that include, at minimum, (i) the total contract
release purchase order value for the County as a whole and individual County departments, (ii) the
number of orders placed, the breakdown (by customer ID/department and County) of the quantity and
dollar amount of each product and/or service ordered per year. Annual reports must be made
available no later than thirty (30) calendar days of the Agreement anniversary date unless otherwise
requested.
44.4 Contractor shall also provide quarterly reports to the County that show a breakdown by
contract release purchase order (i) the order date (ii) ship date (iii) estimated arrival date (iv) actual
arrival date (v) list of products, services and maintenance items (vi) the number and details of
problem/service calls and department name that each such call pertains to (including unresolved
problems). Quarterly reports must be made available to the County in electronic format, two (2)
business days after the end of each quarter unless otherwise requested.
45. ACCESS TO BOOKS AND RECORDS PURSUANT TO THE SOCIAL SECURITY ACT
If and to the extent that, Section 1861 (v) (1) (1) of the Social Security Act (42 U.S.C. Section
1395x (v) (1) (1) is applicable, Contractor shall maintain such records and provide such information to
County, to any payor which contracts with County and to applicable state and federal regulatory
agencies, and shall permit such entities and agencies, at all reasonable times upon request, to access
books, records and other papers relating to the Agreement hereunder, as may be required by
applicable federal, state and local laws, regulations and ordinances. Contractor agrees to retain such
books, records and information for a period of at least four (4) years from and after the termination of
this Agreement. Furthermore, if Contractor carries out any of its duties hereunder, with a value or
cost of Ten Thousand Dollars ($10,000 USD) or more over a twelve (12) month period, through a
subcontract with a related organization, such subcontract shall contain these same requirements.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 92
Page 91 of 133
This provision shall survive the termination of this Agreement regardless of the cause giving rise to
the termination.
46. NON-DISCRIMINATION
Contractor shall comply with all applicable federal, state, and local laws and regulations,
including Santa Clara County’s policies, concerning nondiscrimination and equal opportunity in
contracting. Such laws include, but are not limited to, the following: Title VII of the Civil Rights Act of
1964 as amended; Americans with Disabilities Act of 1990; The Rehabilitation Act of 1973 (§§ 503
and 504); California Fair Employment and Housing Act (Government Code §§ 12900 et seq.); and
California Labor Code §§ 1101 and 1102. Contractor shall not discriminate against any employee,
subcontractor or applicant for employment because of age, race, color, national origin, ancestry,
religion, sex/gender, sexual orientation, mental disability, physical disability, medical condition,
political beliefs, organizational affiliations, or marital status in the recruitment, selection for training
including apprenticeship, hiring, employment, utilization, promotion, layoff, rates of pay or other forms
of compensation. Nor shall Contractor discriminate in provision of services provided under this
Agreement because of age, race, color, national origin, ancestry, religion, sex/gender, sexual
orientation, mental disability, physical disability, medical condition, political beliefs, organizational
affiliations, or marital status. Contractor’s violation of this provision shall be deemed a material default
by Contractor giving County a right to terminate the Agreement for cause.
47. DEBARMENT
Contractor represents and warrants that it, its employees, contractors, subcontractors or
agents (collectively “Contractor”) are not suspended, debarred, excluded, or ineligible for participation
in Medicare, Medi-Cal or any other federal or state funded health care program, or from receiving
federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-procurement
Programs issued by the Federal General Services Administration. Contractor must within thirty (30)
calendar days advise the County if, during the term of this Agreement, Contractor becomes
suspended, debarred, excluded or ineligible for participation in Medicare, Medi-Cal or any other
federal or state funded health care program, as defined by 42. U.S.C. 1320a-7b(f), or from receiving
federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-procurement
Programs issued by the Federal General Services Administration. Contractor shall defend, indemnify,
and hold the County harmless for any loss or damage resulting from the conviction, debarment,
exclusion or ineligibility of the Contractor.
48. RIGHTS IN WORK PRODUCT
48.1 All inventions, discoveries, intellectual property, technical communications and records
originated or prepared by the Contractor pursuant to this Agreement including papers, reports, charts,
computer programs, and other Documentation or improvements thereto, and including Contractor’s
administrative communications and records relating to this Agreement (collectively, the “Work
Product”), shall be County’s exclusive property. The provisions of this section may be revised in a
SOW.
48.2 Software and other materials developed or otherwise obtained by or for Contractor or
its affiliates independently of this Agreement or applicable purchase orders (“Pre-Existing Materials”)
do not constitute Work Product. If Contractor creates derivative works of Pre-Existing Materials, the
elements of such derivative works created pursuant to this Contract constitute Work Product, but
other elements do not. Nothing in this section will be construed to interfere with Contractor’s or its
affiliates’ ownership of Pre-Existing Materials.
49. PROTECTION OF PROPRIETARY SOFTWARE AND OTHER PROPRIETARY DATA
49.1 The County agrees that all material appropriately marked or identified in writing as
proprietary, and furnished hereunder are provided for County’s exclusive use for the purposes of this
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 93
Page 92 of 133
Agreement only. All such proprietary data shall remain the property of the Contractor. County agrees
to take reasonable steps to insure that such proprietary data is not disclosed to others, without prior
written consent of the Contractor, subject to the California Public Records Act (“CPRA”).
49.2 The County will insure, prior to disposing of any media, that any licensed materials
contained thereon have been erased or otherwise destroyed.
49.3 The County agrees that it will take appropriate action by instruction, agreement or
otherwise with its employees or other persons permitted access to licensed software and other
proprietary data to satisfy its obligations under this Agreement with respect to use, copying,
modification, protection and security of proprietary software and other proprietary data.
50. COUNTY DATA
50.1 “County Data” shall mean data and information received by Contractor from County.
As between Contractor and County, all County Data shall remain the property of the County.
Contractor shall not acquire any ownership interest in the County Data.
50.2 Contractor shall not, without County’s written permission consent, use or disclose the
County Data other than in the performance of its obligations under this Agreement.
50.3 Contractor shall be responsible for establishing and maintaining an information security
program that is designed to ensure the security and confidentiality of County Data, protect against any
anticipated threats or hazards to the security or integrity of County Data, protect against unauthorized
access to or use of County Data that could result in substantial harm or inconvenience to County or
any end users; and ensure the proper disposal of County data upon termination of this Agreement.
50.4 Contractor shall take appropriate action to address any incident of unauthorized access
to County Data, including addressing and/or remedying the issue that resulted in such unauthorized
access, notifying County as soon as possible of any incident of unauthorized access to County Data,
or any other breach in Contractor’s security that materially affects County or end users; and be
responsible for ensuring compliance by its officers, employees, agents, and subcontractors with the
confidentiality provisions hereof.
50.5 Should confidential and/or legally protected County Data be divulged to unauthorized
third parties, Contractor shall comply with all applicable federal and state laws and regulations,
including but not limited to California Civil Code Sections 1798.29 and 1798.82 at Contractor’s sole
expense (if applicable). Contractor shall not charge the County for any expenses associated with
Contractor’s compliance with the obligations set forth in this section.
51. SOFTWARE SOURCE CODE ESCROW
51.1 Software in Escrow: Contractor shall place in escrow with an independent escrow
agent approved by the County, at Contractor’s expense, all software that is relevant to functionality,
setup, configuration, and operation of the System, including, but not limited to, a complete copy of the
source and executable code, build scripts, object libraries, application program Interfaces, and
complete Documentation of all aspects of the System including, but not limited to, compiling
instructions, design Documentation, technical Documentation, user Documentation, hardware and
software specifications, drawings, records, and related data (the “Deposit Material”). Contractor shall
promptly deposit all new updates, versions or releases as they become available to customers. The
Documentation shall include a sworn affidavit that the Deposit Material provided includes all relevant
components mentioned in this section above and programs and materials necessary to compile and
operate the System and use the source code for the purpose of maintaining the System as
contemplated in Section 50.2 below. Contractor shall add County as a beneficiary to its source code
escrow agreement.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 94
Page 93 of 133
51.2 Access to Source Code: Pursuant to Exhibit E, if Contractor ceases to do business
(whether by bankruptcy, insolvency, or an assignment without consent of the County) or refuses to
provide Maintenance (provided County is current on Maintenance fees), or if this Agreement is
terminated for cause by County due to Contractor’s material breach of this Agreement, Contractor
shall make available to County the most recent Deposit Material. County shall have the right to copy,
modify, and use said Deposit Material. Upon release of the Deposit Material, County agrees that (a)
Contractor retains ownership of the Deposit Material, (b) the Deposit Material is licensed to County
subject to the restrictions of this Agreement, (c) County may not remove or destroy any proprietary
markings or legend placed upon or contained with the Deposit Material, (d) County may not market,
sell, publish, disclose or otherwise make available the Deposit Material to any third party not permitted
by this Agreement to use the Licensed Software, (e) County shall hold the Deposit Material of
Contractor in strict confidence and not make any disclosure except as necessary for its use thereof,
and (f) except when actually being utilized for the sole purpose of continuing the benefits afforded to
County by the Agreement, County shall keep the Deposit Material in a restricted, limited access area
with access thereto limited to designated personnel of County who have a need to use the Deposit
Material for the purposes permitted hereunder for the duration of time as necessary to complete such
permitted purpose. County shall return all Deposit Material if the event giving rise to the release of the
Deposit Material is cured by Contractor.
51.3 Exhibit E lists the annual fee to be paid by Contractor for third party escrow fees.
51.4 The source code may be made available by electronic transmission, at County’s
option.
52. CALIFORNIA PUBLIC RECORDS ACT INDEMNITY
The County is a public agency subject to the disclosure requirements of the CPRA. If the
County receives a CPRA request for documents (as defined by the CPRA) and said request relates to
the Deliverables and/or services provided pursuant to this Agreement, the County will notify
Contractor of the request and confer with Contractor regarding an appropriate response to said
request. If Contractor contends that any documents are Contractor’s confidential or proprietary
material, not subject to the CPRA, and/or exempt from the CPRA, and Contractor wishes to prevent
disclosure of said documents, Contractor shall instruct County to withhold said documents. If
Contractor fails to respond to County in writing prior to the County’s deadline for responding to the
CPRA request, the County may disclose the requested information under the CPRA without liability to
the County. Contractor shall defend, indemnify and hold the County harmless against any claim,
action or litigation (including but not limited to all judgments, costs, fees, and reasonable attorney’s
fees) that may result from denial of a CPRA request.
53. SEVERABILITY
Should any part of the Agreement between County and the Contractor or any individual
contract release purchase order be held to be invalid, illegal, or unenforceable in any respect, such
invalidity, illegality, or unenforceability shall not affect the validity of the remainder of the Agreement or
any individual contract release purchase order which shall continue in full force and effect, provided
that such remainder can, absent the excised portion, be reasonably interpreted to give the effect to
the intentions of the parties.
54. NON-WAIVER
No waiver of a breach, failure of any condition, or any right or remedy contained in or granted
by the provisions of this Agreement will be effective unless it is in writing and signed by County. No
waiver of any breach, failure, right, or remedy will be deemed a waiver of any other breach, failure,
right, or remedy, whether or not similar, nor will any waiver constitute a continuing waiver unless the
writing signed by the County so specifies.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 95
Page 94 of 133
55. USE OF COUNTY’S NAME FOR COMMERCIAL PURPOSES
Contractor may not use the name of the County or reference any endorsement from the
County in any fashion for any purpose, without the prior express written consent of the County as
provided by the Director of Procurement, or authorized designee.
56. HEADINGS AND TITLES
The titles and headings in this Agreement are included principally for convenience and do not
by themselves affect the construction or interpretation of any provision in this Agreement, nor affect
any of the rights or obligations of the parties to this Agreement.
57. HANDWRITTEN OR TYPED WORDS
Handwritten or typed words have no greater weight than printed words in the interpretation or
construction of this Agreement.
58. AMBIGUITIES
Any rule of construction to the effect that ambiguities are to be resolved against the drafting
party does not apply in interpreting this Agreement. Should any ambiguities or conflicts between
contract terms and conditions contained in this Agreement and its exhibits exist, the terms and
conditions in this Agreement shall control over its exhibits.
59. ENTIRE AGREEMENT
This Agreement and its exhibits (if any) constitute the final, complete and exclusive statement
of the terms of the agreement between the parties. It incorporates and supersedes all the
agreements, covenants and understandings between the parties concerning the subject matter
hereof, and all such agreements, covenants and understandings have been merged into this
Agreement. No prior or contemporaneous agreement or understanding, verbal or otherwise, of the
parties or their agents shall be valid or enforceable unless embodied in this Agreement.
60. EXECUTION & COUNTERPARTS
This Agreement may be executed in one or more counterparts, each of which will be
considered an original, but all of which together will constitute one and the same instrument. The
parties agree that this Agreement, its amendments, and ancillary agreements to be entered into in
connection with this Agreement will be considered signed when the signature of a party is delivered
by facsimile transmission. Such facsimile signature must be treated in all respects as having the
same effect as an original signature. The original signature copy must be sent to the County by
United States Postal Service mail, sent by courier or delivered by hand.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 96
Page 95 of 133
61. NOTICES
All deliveries, notices, requests, demands or other communications provided for or required by
this Agreement shall be in writing and shall be deemed to have been given when sent by registered or
certified mail, return receipt requested; when sent by overnight carrier; or upon email confirmation to
sender of receipt of a facsimile communication which is followed by a mailed hard copy from sender.
Notices shall be addressed to:
COUNTY:
Name: Contract Administrator C/o Procurement Department 2310 North First Street, Suite 201 San Jose, CA 95131-1040
CONTRACTOR:
Name:
Title:
Company:
Address 1:
Address 2:
City:
State:
Zip:
Each party may designate a different person and address by sending written notice to the
other party, to be effective no sooner than ten (10) calendar days after the date of the notice.
62. ACCOUNT MANAGER
Contractor must assign an Account Manager to the County to facilitate the contractual
relationship, be fully responsible and accountable for fulfilling the County’s requirements. Contractor
represents and warrants that such person will ensure that the County receives adequate pre- and
post-sales support, problem resolution assistance and required information on a timely basis.
63. SURVIVAL
All representations, warranties, indemnities, and covenants contained in this Agreement, or in
any instrument, certificate, exhibit, or other writing intended by the parties to be a part of their
Agreement, will survive the termination of this Agreement.
64. GOVERNING LAW, JURISDICTION AND VENUE
This Agreement shall be construed and interpreted according to the laws of the State of
California, excluding its conflict of law principles. Proper venue for legal actions shall be exclusively
vested in state court in the County of Santa Clara. The parties agree that subject matter and personal
jurisdiction are proper in state court in the County of Santa Clara, and waive all venue objections.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 97
Page 96 of 133
65. HIPAA
Contractor shall comply with Exhibit F, which sets forth certain requirements pursuant to the
Health Insurance Portability and Accountability Act (HIPAA) of 1996.
66. NO SMOKING
Contractor and its employees, agents and subcontractors, shall comply with the County’s No-
Smoking Policy, as set forth in the Board of Supervisors Policy Manual section 3.47 (as amended
from time to time), which prohibits smoking: (1) at the Santa Clara Valley Medical Center Campus
and all County-owned and operated health facilities, (2) within 30 feet surrounding County-owned
buildings and leased buildings where the County is the sole occupant, and (3) in all County vehicles.
67. BEVERAGE NUTRITIONAL
If Contractor provides beverages through County departments, or at County programs, sponsored
meetings, sponsored events, or at County owned/operated facilities, Contractor shall not use County
funds to purchase beverages that do not meet the County’s nutritional beverage criteria, if applicable.
The six categories of nutritional beverages that meet these criteria are (1) water with no additives; (2)
100% fruit juices with no added sugars, artificial flavors or colors (limited to a maximum of 10 ounces
per container); (3) dairy milk, non-fat, 1% and 2% only, no flavored milks; (4) plant derived (i.e., rice,
almond, soy, etc.) milks (no flavored milks); (5) artificially-sweetened, calorie-reduced beverages that
do not exceed 50 calories per 12-ounce container (teas, electrolyte replacements); and (6) other non-
caloric beverages, such as coffee, tea, and diet sodas. These criteria may be waived in the event of
an emergency or in light of medical necessity.
68. ASSIGNMENT OF CLAYTON ACT, CARTWRIGHT ACT CLAIMS
Contractor hereby assigns to the County all rights, title, and interest in and to all causes of action it
may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter
2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code),
arising from purchases of goods, materials, or services by the Contractor for sale to the County
pursuant to this Agreement.
69. ELECTRONIC COPY OF SIGNED AGREEMENT
All parties agree that an electronic copy of a signed contract shall have the same force and effect as
an original signed contract provided that the Contractor agrees to deliver to the County the original
signed contract within 7 business days of sending an electronic copy. The term “electronic copy” for
purposes of this provision refers to a transmission by facsimile or electronic mail in a portable
document format.
70. THIRD PARTY BENEFICIARIES
This agreement does not, and is not intended to, confer any rights or remedies upon any person or
entity other than the parties
71. AUTHORITY
Each party executing the Agreement on behalf of such entity represents that he or she is duly authorized
to execute and deliver this Agreement on the entity’s behalf, including the entity’s Board of Directors or
Executive Director. This Agreement shall not be effective or binding unless it is in writing and approved
by the County Director of Procurement, or authorized designee, as evidenced by their signature as set
forth in this Agreement.
72. WAGE THEFT PREVENTION
(1) Compliance with Wage and Hour Laws: Contractor, and any subcontractor it employs to complete
work under this Agreement, must comply with all applicable federal, state, and local wage and hour
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 98
Page 97 of 133
laws. Applicable laws may include, but are not limited to, the Federal Fair Labor Standards Act, the
California Labor Code, and any local Minimum Wage Ordinance or Living Wage Ordinance.
(2) Final Judgments, Decisions, and Orders: For purposes of this Section, a “final judgment, decision,
or order” refers to one for which all appeals have been exhausted. Relevant investigatory government
agencies include: the federal Department of Labor, the California Division of Labor Standards
Enforcement, a local enforcement agency, or any other government entity tasked with the investigation
and enforcement of wage and hour laws.
(3) Prior Judgments against Contractor and/or its Subcontractors: BY SIGNING THIS AGREEMENT,
CONTRACTOR AFFIRMS THAT IT HAS DISCLOSED ANY FINAL JUDGMENTS, DECISIONS, OR
ORDERS FROM A COURT OR INVESTIGATORY GOVERNMENT AGENCY FINDING—IN THE FIVE
YEARS PRIOR TO EXECUTING THIS AGREEMENT—THAT CONTRACTOR OR ITS
SUBCONTRACTOR(S) HAS VIOLATED ANY APPLICABLE WAGE AND HOUR LAWS.
CONTRACTOR FURTHER AFFIRMS THAT IT OR ITS SUBCONTRACTOR(S) HAS SATISFIED AND
COMPLIED WITH—OR HAS REACHED AGREEMENT WITH THE COUNTY REGARDING THE
MANNER IN WHICH IT WILL SATISFY—ANY SUCH JUDGMENTS, DECISIONS, OR
ORDERS.
(4) Judgments During Term of Contract: If at any time during the term of this Agreement, a court or
investigatory government agency issues a final judgment, decision, or order finding that Contractor or
any subcontractor it employs to perform work under this Agreement has violated any applicable wage
and hour law, or Contractor learns of such a judgment, decision, or order that was not previously
disclosed, Contractor must inform the Office of the County Executive-Countywide Contracting, no more
than 15 days after the judgment, decision, or order becomes final or of learning of the final judgment,
decision or order. Contractor and its subcontractors shall promptly satisfy and comply with any such
judgment, decision, or order, and shall provide the Office of the County Executive-Countywide
Contracting with documentary evidence of compliance with the final judgment, decision or order within
5 days of satisfying the final judgment, decision, or order. The County reserves the right to require
Contractor to enter into an agreement with the County regarding the manner in which any such final
judgment, decision or order will be satisfied.
(5) County’s Right to Withhold Payment: Where Contractor or any subcontractor it employs to perform
work under this Agreement has been found in violation of any applicable wage and hour law by a final
judgment, decision, or order of a court or government agency, the County reserves the right to withhold
payment to Contractor until such judgment, decision, or order has been satisfied in full.
(6) Material Breach: Failure to comply with any part of this Section constitutes a material breach of this
Agreement. Such breach may serve as a basis for termination of this Agreement and/or any other
remedies available under this Agreement and/or law.
(7) Notice to County Related to Wage Theft Prevention: Notice provided to the Office of the County
Executive as required under this Section shall be addressed to: Office of the County Executive—
Countywide Contracting; 70 West Hedding Street; East Wing, 11th Floor; San José, CA 95110. The
Notice provisions of this Section are separate from any other notice provisions in this Agreement and,
accordingly, only notice provided to the above address satisfies the notice requirements in this Section.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 99
Page 98 of 133
73. SAFE HARBOR / ANTI-KICKBACK
In reference to SCVHHS POLICY #583.0
(a) The Parties intend that any price reductions or discounts under this Agreement will satisfy the federal safe harbor regulation for discounts, 42 C.F.R. § 1001.952(h) as it may be amended from time to time, and will provide all information required to satisfy the safe harbor.
(b) Contractor shall fully and accurately report any discount on the invoices, coupons or statements submitted to the County (including showing on such invoices, statements, and coupons the products furnished at no-charge); inform the County in a manner reasonably calculated to give the County notice of its obligations to report discounts and provide information upon request as required by the safe harbor regulation; and refrain from doing anything that would impede the County from meeting its obligations under the safe harbor regulation.
(c) Where the value of a discount is not known at the time of sale, Contractor shall fully and accurately report the existence of the applicable discount program program on the invoice, coupon or statements submitted to the County; inform the County in a manner reasonably calculated to give notice to the County of its obligations to report discounts and provide information as required by the safe harbor regulation when the value of the discount becomes known, provide the County with documentation of the calculation of the discount identifying the specific goods or services purchased to which the discount will be applied; and refrain from doing anything which would impede the County from meeting its obligation under the safe harbor regulation.
(d) The County will fully and accurately report any discount it is provided under this Agreement in its Medicare and Medi-Cal cost reports. The County will provide upon request by the Secretary of the United States Department of Health and Human Services or a State agency, information provided to it by Contractor as necessary to comply with the safe harbor regulation.
(e) Contractor also agrees to cooperate with the County by providing any information the County needs in order to comply with federal safe harbor regulation for discounts.
74. PRODUCTS
Contractor agrees to provide the County all goods on terms set forth in the Agreement, including all
Exhibits that are attached to the Agreement and incorporated, as well as all necessary equipment and
resources. However, this Agreement does not provide authority to ship goods. That authority shall be
established by contract release purchase orders placed by the County and sent to Contractor
throughout the term of the Agreement. Each and every contract release purchase order shall
incorporate all terms of this Agreement and this Agreement shall apply to same.
ANY ADDITIONAL OR DIFFERENT TERMS OR QUALIFICATIONS SENT BY CONTRACTOR,
INCLUDING, WITHOUT LIMITATION, ELECTRONICALLY OR IN MAILINGS, ATTACHED TO
INVOICES OR WITH ANY GOODS SHIPPED, SHALL NOT BECOME PART OF THE CONTRACT
BETWEEN THE PARTIES. COUNTY’S ACCEPTANCE OF CONTRACTOR’S OFFER IS EXPRESSLY
MADE CONDITIONAL ON THIS STATEMENT.
Contractor shall provide to the County, all documentation and manuals relevant to the goods to be
supplied, at no additional cost. Such documentation shall be delivered either in advance of the delivery
of goods or concurrently with the delivery of goods.
Employees and agents of Contractor, shall, while on the premises of the County, comply with all rules
and regulations of the premises, including, but not limited to, security requirements.
If required, Contractor shall be responsible for installation, training and knowledge transfer activities in
relation to the goods being supplied.
All equipment shall be delivered to a County site specified in the contract release purchase order, or if
not so specified therein, in the Statement of Work/Specifications.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 100
Page 99 of 133
Contractor holds itself out as an expert in the subject matter of the Agreement. Contractor represents
itself as being possessed of greater knowledge and skill in this area than the average person.
Accordingly, Contractor is under a duty to exercise a skill greater than that of an ordinary person, and
the manner in which performance is rendered will be evaluated in light of the Contractor’s superior skill.
Contractor shall provide equipment and perform work in a professional manner consistent, at minimum,
with industry standards.
Contractor represents that all prices, warranties, benefits and other terms being provided hereunder are
fair, reasonable and commensurate with the terms otherwise being offered by Contractor to its current
customers ordering comparable goods and services.
County does not guarantee any minimum orders.
75. FOOD AND BEVERAGE STANDARDS
Except in the event of an emergency or medical necessity, the following nutritional standards shall apply
to any foods and/or beverages purchased by Contractor with County funds for County-sponsored
meetings or events.
If food is to be provided, healthier food options shall be offered. “Healthier food options” include (1)
fruits, vegetables, whole grains, and low fat and low calorie foods; (2) minimally processed foods without
added sugar and with low sodium; (3) foods prepared using healthy cooking techniques; and (4) foods
with less than 0.5 grams of trans fat per serving. Whenever possible, Contractor shall (1) offer seasonal
and local produce; (2) serve fruit instead of sugary, high calorie desserts; (3) attempt to accommodate
special, dietary and cultural needs; and (4) post nutritional information and/or a list of ingredients for
items served. If meals are to be provided, a vegetarian option shall be provided, and the Contractor
should consider providing a vegan option. If pre-packaged snack foods are provided, the items shall
contain: (1) no more than 35% of calories from fat, unless the snack food items consist solely of nuts or
seeds; (2) no more than 10% of calories from saturated fat; (3) zero trans-fat; (4) no more than 35% of
total weight from sugar and caloric sweeteners, except for fruits and vegetables with no added
sweeteners or fats; and (5) no more than 360 mg of sodium per serving.
If beverages are to be provided, beverages that meet the County’s nutritional criteria are (1) water with
no caloric sweeteners; (2) unsweetened coffee or tea, provided that sugar and sugar substitutes may
be provided as condiments; (3) unsweetened, unflavored, reduced fat (either nonfat or 1% low fat) dairy
milk; (4) plant-derived milk (e.g., soy milk, rice milk, and almond milk) with no more than 130 calories
per 8 ounce serving; (5) 100% fruit or vegetable juice (limited to a maximum of 8 ounces per container);
and (6) other low-calorie beverages (including tea and/or diet soda) that do not exceed 40 calories per
8 ounce serving. Sugar-sweetened beverages shall not be provided
76. CALIFORNIA PUBLIC RECORDS ACT
The County is a public agency subject to the disclosure requirements of the California Public Records
Act (“CPRA”). If Contractor’s proprietary information is contained in documents or information submitted
to County, and Contractor claims that such information falls within one or more CPRA exemptions,
Contractor must clearly mark such information “CONFIDENTIAL AND PROPRIETARY,” and identify
the specific lines containing the information. In the event of a request for such information, the County
will make best efforts to provide notice to Contractor prior to such disclosure. If Contractor contends
that any documents are exempt from the CPRA and wishes to prevent disclosure, it is required to obtain
a protective order, injunctive relief or other appropriate remedy from a court of law in Santa Clara County
before the County is required to respond to the CPRA request. If Contractor fails to obtain such remedy
within the time the County is required to respond to the CPRA request, County may disclose the
requested information.
Contractor further agrees that it shall defend, indemnify and hold County harmless against any claim,
action or litigation (including but not limited to all judgments, costs, fees, and attorney’s fees) that may
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 101
Page 100 of 133
result from denial by County of a CPRA request for information arising from any representation, or any
action (or inaction), by the Contractor.
77. POLITICAL REFORM ACT DISCLOSURE REQUIREMENT
Contractor, including but not limited to contractor’s employees and subcontractors, may be subject to the disclosure and disqualification provisions of the California Political Reform Act of 1974 (the “Act”), that (1) requires such persons to disclose economic interests that may foreseeably be materially affected by the work performed under the Contract, and (2) prohibits such persons from making or participating in making decisions that will foreseeably financially affect such interests.
If the disclosure provisions of the Act are applicable to any individual providing service under the Contract, Contractor shall, upon execution of the Contract, provide the County with the names, description of individual duties to be performed, and email addresses of all individuals, including but not limited to Contractor’s employees, agents and subcontractors, that could be substantively involved in “making a governmental decision” or “serving in a staff capacity and in that capacity participating in making governmental decisions or performing duties that would be performed by an individual in a designated position,” (2 CCR 18701(a)(2)), as part of Contractor’s service to the County under the Contract. Contractor shall ensure that such individuals file Statements of Economic Interests within 30 days of commencing service under the Contract, annually by April 1, and within 30 days of their termination of service under the Contract.
78. CONTRACT EXECUTION
Unless otherwise prohibited by law or County policy, the parties agree that an electronic copy of a
signed contract, or an electronically signed contract, has the same force and legal effect as a contract
executed with an original ink signature. The term “electronic copy of a signed contract” refers to a
transmission by facsimile, electronic mail, or other electronic means of a copy of an original signed
contract in a portable document format. The term “electronically signed contract” means a contract
that is executed by applying an electronic signature using technology approved by the County.
79. ACCEPTANCE TESTING
Contractor Validation: Contractor will provide consumables, other materials as required and
personnel to demonstrate that the installed system meets or exceeds the Offeror’s published
performance specifications for basic operation. The Santa Clara County Public Health Department
(SCC PHD) acknowledges that any data samples required by the vendor for validation purposes will
be provided by SCC PHD at its expense. All validation data will be documented and presented to the
Public Health Director of Assessment, Planning and Evaluation for approval. The Validation phase will
be considered complete when validation testing sign-off is obtained from both SCC PHD and the
Contractor’s technical field personnel indicating that the performance of all components of the product
meet or exceed the Contractor’s published product specifications.
SCC PHD Validation: Upon acceptance of vendor validation, SCC PHD will continue validation of the
system listed in the RFP by its personnel. System validation may include accuracy, precision and
analytical sensitivity when not done so in Vendor Validation. These parameters will be compared to
vendor’s provided application specifications such as submission documents, which must be met or
exceeded. In the event that SCC PHD personnel are unable to meet the application specifications,
Contractor will provide application support to assist SCC PHD personnel in achieving assay
performance equal to or exceeding application data. Upon completion of this testing, the data will be
presented to the Public Health Director of Assessment, Planning & Evaluation for acceptance.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 102
Page 101 of 133
ATTACHMENT 3 INSURANCE REQUIREMENTS
STANDARD CONTRACTS ABOVE $100,000
Without limiting the Contractor's indemnification of the County, the Contractor shall provide and
maintain at its own expense, during the term of this Agreement, or as may be further required herein,
the following insurance coverages and provisions:
A. Evidence of Coverage
Prior to commencement of this Agreement, the Contractor shall provide a Certificate of
Insurance certifying that coverage as required herein has been obtained. Individual
endorsements executed by the insurance carrier shall accompany the certificate. In addition,
a certified copy of the policy or policies shall be provided by the Contractor upon request.
This verification of coverage shall be sent to the requesting County department, unless
otherwise directed. The Contractor shall not receive a Notice to Proceed with the work under
the Agreement until it has obtained all insurance required and such insurance has been
approved by the County. This approval of insurance shall neither relieve nor decrease the
liability of the Contractor.
B. Qualifying Insurers
All coverages, except surety, shall be issued by companies which hold a current policy
holder's alphabetic and financial size category rating of not less than A- V, according to the
current Best's Key Rating Guide or a company of equal financial stability that is approved by
the County's Insurance Manager.
Notice of Cancellation
All coverage as required herein shall not be canceled or changed so as to no longer meet the specified
County insurance requirements without 30 days' prior written notice of such cancellation or change
being delivered to the County of Santa Clara or their designated agent.
D. Insurance Required
1. Commercial General Liability Insurance - for bodily injury (including death) and
property damage which provides limits as follows:
a. Each Occurrence - $1,000,000
b. General Aggregate - $2,000,000
c. Products/Completed Operations Aggregate - $2,000,000
d. Personal Injury - $1,000,000
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 103
Page 102 of 133
2. General liability coverage shall include:
a. Premises and Operations
b. Products/Completed
c. Personal Injury Liability
d. Severability of Interest
3. General liability coverage shall include the following endorsement, a copy of which
shall be provided to the County:
Additional Insured Endorsement, which shall read:
“County of Santa Clara, and members of the Board of Supervisors of the
County of Santa Clara, and the officers, agents, and employees of the County
of Santa Clara, individually and collectively, as additional insureds.”
Insurance afforded by the additional insured endorsement shall apply as primary
insurance, and other insurance maintained by the County of Santa Clara, its officers,
agents, and employees shall be excess only and not contributing with insurance
provided under this policy. Public Entities may also be added to the additional
insured endorsement as applicable and the contractor shall be notified by the
contracting department of these requirements.
4. Automobile Liability Insurance
For bodily injury (including death) and property damage which provides total limits
of not less than one hundred thousand dollars ($1,000,000) combined single limit per
occurrence applicable to all owned, non-owned and hired vehicles.
4a. Aircraft/Watercraft Liability Insurance (Required if Contractor or any of its agents
or subcontractors will operate aircraft or watercraft in the scope of the Agreement)
For bodily injury (including death) and property damage which provides total limits
of not less than one hundred thousand dollars ($1,000,000) combined single limit per
occurrence applicable to all owned, non-owned and hired aircraft/watercraft.
5. Workers' Compensation and Employer's Liability Insurance
a. Statutory California Workers' Compensation coverage including broad form
all-states coverage.
b. Employer's Liability coverage for not less than one million dollars
($1,000,000) per occurrence.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 104
Page 103 of 133
E. Special Provisions
The following provisions shall apply to this Agreement:
1. The foregoing requirements as to the types and limits of insurance coverage to be
maintained by the Contractor and any approval of said insurance by the County or its
insurance consultant(s) are not intended to and shall not in any manner limit or
qualify the liabilities and obligations otherwise assumed by the Contractor pursuant
to this Agreement, including but not limited to the provisions concerning
indemnification.
2. The County acknowledges that some insurance requirements contained in this
Agreement may be fulfilled by self-insurance on the part of the Contractor. However,
this shall not in any way limit liabilities assumed by the Contractor under this
Agreement. Any self-insurance shall be approved in writing by the County upon
satisfactory evidence of financial capacity. Contractors obligation hereunder may be
satisfied in whole or in part by adequately funded self-insurance programs or self-
insurance retentions.
3. Should any of the work under this Agreement be sublet, the Contractor shall require
each of its subcontractors of any tier to carry the aforementioned coverages, or
Contractor may insure subcontractors under its own policies.
4. The County reserves the right to withhold payments to the Contractor in the event of
material noncompliance with the insurance requirements outlined above.
F. Fidelity Bonds (Required only if contractor will be receiving advanced funds or payments)
Before receiving compensation under this Agreement, Contractor will furnish
County with evidence that all officials, employees, and agents handling or having
access to funds received or disbursed under this Agreement, or authorized to sign or
countersign checks, are covered by a BLANKET FIDELITY BOND in an amount
of AT LEAST fifteen percent (15%) of the maximum financial obligation of the
County cited herein. If such bond is canceled or reduced, Contractor will notify
County immediately, and County may withhold further payment to Contractor until
proper coverage has been obtained. Failure to give such notice may be cause for
termination of this Agreement, at the option of County.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 105
Page 104 of 133
ATTACHMENT 4 VENDOR REMOTE ACCESS AND USER RESPONSIBILITY
Vendor Remote Access and User Responsibility
1. GENERAL PROVISIONS
a. In consideration for accessing the County of Santa Clara (“County”) networks and/or
information systems, User agrees to the terms and conditions contained in this
County User Responsibility Statement for Third Parties (“URS”), as evidenced by
User’s signature on the URS.
b. Users allowed access to County resources remotely shall sign Attachment A.
c. Users allowed to use a personally‐owned device for County business shall sign
Attachment B.
d. County in its sole discretion may require Users to execute a separate Business
Associate Agreement as a condition to access County networks and/or information
systems.
e. This URS and its attachments shall be effective until terminated. User or County
may terminate this URS by giving three (3) days written notice to the other party.
2. DEFINITIONS
a. “County Confidential Information” is all material non-public information, written or
oral, disclosed, directly or indirectly, through any means of communication or
observation by County to Contractor or any of its affiliates or representatives
b. “County information systems and networks” include, but are not limited to, all County‐
owned, rented, or leased servers, mainframe computers, desktop computers, laptop
computers, handheld devices (including smart phones, wireless PDAs and Pocket
PCs), equipment, networks, application systems, data bases and software. These
items are typically under the direct control and management of County information
system support staff. Also included are information systems and networks under the
control and management of a service provider for use by County, as well as any
personally‐owned device that a User has express written permission to use for
County purposes.
c. “County‐owned information/data” is any information or data that is transported across
a County network, or that resides in a County‐owned information system, or on a
network or system under the control and management of a service provider for use
by County. This information/data is the exclusive property of County, unless
constitutional provision, State or Federal statute, case law, or contract provide
otherwise. County‐owned information/data does not include a User’s personal, non‐
County business information, communications, data, files and/or software transmitted
by or stored on a personally‐owned device if that information/data is not transported
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 106
Page 105 of 133
across a County network or does not reside in a County‐owned information system
or on a network or system under the control and management of a service provider
for use by County.
d. “Mobile device” is any computing device that fits one of the following categories:
laptops; Personal Digital Assistants (PDAs); handheld notebook computers and
tablets, including but not limited to those running Microsoft Windows CE, Pocket PC,
Windows Mobile, or Mobile Linux operating systems; and “smart phones” that include
email and/or data storage functionality, such as BlackBerry, Treo, Symbian‐based
devices, iPhones and Android devices. Note that the category “Mobile Device” does
not include devices that are used exclusively for the purpose of making telephone
calls.
e. “Public record” is any writing, including electronic documents, relating to the conduct
of the people’s business as defined by Government Code section 6252.
f. “Remote access” is defined as any access to County Information Technology (“IT”)
resources (networks or systems) that occurs from a non‐County infrastructure, no
matter what technology is used for this access. This includes, but is not limited to,
access to County IT resources from personal computers located in User’s homes.
g. “Users” include individuals who have been authorized to access County networks
and systems.
3. GENERAL CODE OF RESPONSIBILITY
a. The following General Code of Responsibility defines the basic standards for User
interaction with County information systems and networks. All Users of County
information systems and networks shall comply with these minimum standards.
b. Users are personally responsible for knowing and understanding the appropriate
standards for user conduct, and are personally responsible for any actions they take
that do not comply with County policies and standards. If a User is unclear as to the
appropriate standards, User shall ask County for guidance.
c. Users shall comply with County standards for password definition, use, and
management.
d. Only authorized County staff may attach any form of computer equipment to a
County network or system. This includes, but is not limited to, attachment of such
devices as laptops, PDAs, peripherals (e.g., external hard drives, printers), and USB
storage media.
e. User shall not use USB storage media on any County computer system. All such
devices shall be County‐owned, formally issued to User by County, and used only for
legitimate County purposes.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 107
Page 106 of 133
f. User shall not connect County-owned computing equipment, including USB storage
media, to non‐County systems or networks, unless County gives its express written
permission. This formal approval process ensures that the non-County system or
network in question has been evaluated for compliance with County security
standards. An example of a permitted connection to a non-County system or
network would be approved connection of a County issued laptop to a home
network.
g. User shall not install, configure, or use any device intended to provide connectivity to
a non‐County network or system (such as the Internet), on any County system or
network, without County’s express written permission. If authorized to install,
configure or use such a device, User shall comply with all applicable County
standards designed to ensure the privacy and protection of data, and the safety and
security of County systems.
h. The unauthorized implementation or configuration of encryption, special passwords,
biometric technologies, or any other methods to prevent access to County resources
by those individuals who would otherwise be legitimately authorized to do so is
prohibited.
i. Users shall not attempt to elevate or enhance their assigned level of privileges
unless County gives its express written permission. Users who have been granted
enhanced privileges due to their specific jobs, such as system or network
administrators, shall not abuse these privileges and shall use such privileges only in
the performance of appropriate, legitimate job functions.
j. Users shall use County‐approved authentication mechanisms when accessing
County networks and systems, and shall not deactivate, disable, disrupt, or bypass
(or attempt to deactivate, disable, disrupt, or bypass) any security measure or
security configuration implemented by County.
k. Users shall not circumvent, or attempt to circumvent, legal guidelines on software
use and licensing. If a User is unclear as to whether a software program may be
legitimately copied or installed, it is the responsibility of the User to check with
County.
l. All software on County systems shall be installed by authorized County support staff.
Users may not download or install software on any County system unless express
written permission has been obtained from County.
m. Users shall immediately report to County the loss or theft of County‐owned computer
equipment, or of personally‐owned computer equipment that has been approved for
use in conducting County business. Users are also expected to be aware of security
issues, and shall immediately report incidents involving breaches of security to
County, such as the installation of an unauthorized device, or a suspected software
virus.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 108
Page 107 of 133
n. Users shall respect the sensitivity, privacy and confidentiality aspects of all County‐
owned information. In particular:
i. Users shall not access, or attempt to access, County systems or information
unless specifically authorized to do so, and there is a legitimate business
need for such access.
ii. Users shall not allow unauthorized individuals to use their assigned computer
accounts; this includes the sharing of account passwords.
iii. Users shall not knowingly disclose County information to anyone who does
not have a legitimate need for that information.
iv. Users shall take every precaution to ensure that all confidential or restricted
information is protected from disclosure to unauthorized individuals.
v. Users shall not make or store paper or electronic copies of information unless
it is a necessary part of that User’s job.
o. Users shall respect the importance of County-owned systems and data as a valuable
asset, and should understand that any data stored or processed on any County
computer, or transmitted over any County network, is County property. In particular:
i. Users shall not change or delete data or information unless performing such
changes or deletions is a legitimate part of the User’s job function.
ii. Users shall avoid actions that might introduce malicious software, such as
viruses or worms, onto any County system or network.
iii. A User whose relationship with County terminates or expires shall not retain,
give away, or remove any County data or document from County premises,
other than information provided to the public or copies of correspondence
directly related to the terms and conditions of employment. User shall return
all other County information to County at the time of departure.
p. Users should be aware that electronic information transported across any County
network, or residing in any County information system, is potentially subject to
access by County technical support staff, other County Users, and the general
public. Users should not presume any level of privacy for data transmitted over a
County network or stored on a County information system.
q. Users shall respect all intellectual property rights, including but not limited to rights
associated with patents, copyrights, trademarks, trade secrets, proprietary
information, and confidential information belonging to the County or any other third
party.
r. All information resources on any County information system or network are the
property of County and are therefore subject to County policies regarding acceptable
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 109
Page 108 of 133
use. No User may use any County‐owned network, computer system, or any other
County‐owned device or data for the following purposes:
i. Personal profit, including commercial solicitation or conducting or pursuing
their own business interests or those of another organization that are not
related to the User conducting County business.
ii. Unlawful or illegal activities, including downloading licensed material without
authorization, or downloading copyrighted material from the Internet without
the publisher’s permission.
iii. To access, create, transmit, print, download or solicit material that is, or may
be construed to be, harassing or demeaning toward any individual or group
for any reason, including but not limited to on the basis of sex, age, race,
color, national origin, creed, disability, political beliefs, organizational
affiliation, or sexual orientation, unless doing so is legally permissible and
necessary in the course of conducting County business.
iv. To access, create, transmit, print, download or solicit sexually‐oriented
messages or images, or other potentially offensive materials such as, but not
limited to, violence, unless doing so is legally permissible and necessary in
the course of conducting County business.
v. Knowingly propagating or downloading viruses or other malicious software.
vi. Disseminating hoaxes, chain letters, or advertisements.
4. INTERNET AND EMAIL
a. The following items define the basic standards for use of County Internet and email
resources. All Users of County information systems and networks shall comply with
these minimum standards.
b. Users shall not use County systems or networks for personal activities. However,
reasonable incidental (de minimus) personal use of County resources, such as
Internet access and email, is allowed as long as such use does not violate the
County’s acceptable use policies, and does not interfere with the performance of
work duties or the operation of the County’s information systems.
c. When conducting County business, Users shall not configure, access, use, or
participate in any Internet-based communication or data exchange service unless
express written permission has been given by County. Such services include, but
are not limited to, Instant Messaging (such as AOL IM), email services (such as
Hotmail and Gmail), peer-to-peer networking services (such as Kazaa), and social
networking services (such as blogs, Instagram, Snapchat, MySpace, Facebook and
Twitter).
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 110
Page 109 of 133
d. User shall become familiar with County policies, procedures, and guidelines
associated with the use of Internet-based communication and data exchange
services. Users who have been granted permission to use an Internet-based
communication or data exchange service for conducting County business shall
comply with all relevant County policies, procedures, and guidelines.
e. Users shall comply with County’s Records Retention and Destruction Policy, and
Social Media Policy.
f. Users shall not use an internal County email account assigned to another individual
to either send or receive email messages.
g. Users shall not configure their County email account so that it automatically forwards
messages to an external Internet email system unless County gives its express
written permission. When automated forwarding is used, it shall be for legitimate
business purposes only, and User is responsible for the associated risks for
disclosure of sensitive information.
5. REMOTE ACCESS
a. The following items define the basic standards for remote access to County
information systems and networks. All Users of County information systems and
networks shall comply with these minimum standards. Users granted remote access
privileges shall sign Attachment A.
b. All remote access to County resources shall be via secure, centralized, County-
controlled mechanisms and technologies approved by County, and installed by
County. Users are not permitted to implement, configure, or use any remote access
mechanism other than County-owned and managed remote access systems that
have been formally approved and implemented by County.
c. County may, on a case-by-case basis, give written approval to a User to use County
remote access mechanisms. Users shall execute the URS and Remote Access
agreement (Attachment A).
d. County may monitor and/or record remote access sessions, and complete
information on the session logged and archived. Users have no right, or expectation,
of privacy when remotely accessing County networks, systems, or data. County may
use audit tools to create detailed records of all remote access attempts and remote
access sessions, including User identifier, date, and time of each access attempt.
e. User shall configure all computer devices used to access County resources from a
remote location according to County-approved security standards. These include
approved, installed, active, and current: anti-virus software, software or hardware-
based firewall, full hard drive encryption, and any other security software or security-
related system configurations that are required and approved by County.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 111
Page 110 of 133
f. Users that have been provided with a County-owned device intended for remote
access use, such as a laptop or other Mobile Device, shall ensure that the device is
protected from damage, access by third parties, loss, or theft. Users shall
immediately report loss or theft of such devices to County.
g. Users shall protect the integrity of County networks, systems, and data while
remotely accessing County resources, and shall immediately report any suspected
security incident or concern to County.
h. Remote access sessions are subject to all other relevant County IT security policies
and standards, including Local User Authentication (passwords), Data Classification,
Internet Use, and Email.
6. PERSONALLY-OWNED DEVICES
a. The following items define the basic standards for the use of personally‐owned
devices to conduct County business. Users of County information systems and
networks shall comply with these minimum standards. Users given permission to
use a personally‐owned device shall sign Attachment B. The following provisions
apply to Mobile Devices that include email and/or data storage capability (such as
BlackBerry devices and other “smart” phones), and do not apply to devices that are
used strictly for the purpose of making telephone calls.
b. Use of personally‐owned devices to conduct County business is prohibited unless
County grants User express written permission.
c. The personally‐owned device in question shall use existing, County‐approved and
County-owned access/authentication systems when accessing County resources.
Users shall not install any hardware, software, or network interface components that
provide unauthorized network connectivity, either wired or wireless.
d. Users shall allow County to configure personally‐owned devices as appropriate to
meet security requirements, including the installation of specific security software
mandated by County policy.
e. Users authorized to use a personally‐owned device shall comply with County policies
and procedures for ensuring that software updates and patches are applied to the
device according to a regular, periodic schedule. County may verify software
installations and updates.
f. Users have no expectation of privacy with respect to any County‐owned
communications, information, or files on any personally‐owned device. Users agree
that, upon request, the County may immediately access the personally-owned device
to ensure compliance with County policies.
g. Upon reasonable suspicion by County that a User has failed to comply with a County
policy, the User consents to and the County may take possession of, search and
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 112
Page 111 of 133
access User’s personally-owned device and all communications, information, data,
or files on the personally‐owned device. User or its designee may be present during
the County’s search. User shall provide to County a copy of all work-related or
County‐owned communications, information, or files stored on the personally-owned
device.
h. User shall adhere to all relevant County security policies and standards, just as if the
personally‐owned device were County property. This includes, but is not limited to,
policies regarding password construction and management, physical security of the
device, device configuration, and hard drive sanitization prior to disposal. This does
not restrict the User’s personal use of the device so long as that personal use does
not include or result in (a) the User’s failure to adhere to all relevant County security
policies and standards, or (b) the breach of the County’s security policies or
standards.
i. User shall not make modifications of any kind to operating system configurations
implemented by County on the device for security purposes, or to any hardware or
software installed on the device by County.
j. User shall treat the device and the work-related or County‐owned communications,
information or files it contains as County property. User shall not allow access to or
use of any work‐related or County‐owned communications, information, or files by
individuals who have not been authorized by County to access or use that data.
k. User shall immediately report to County any incident or suspected incident of
unauthorized access and/or disclosure of County resources, data, or networks that
involve the device, including loss or theft of the device.
7. MISCELLANEOUS
a. Ambiguities: Any rule of construction to the effect that ambiguities are to be resolved
against the drafting party does not apply in interpreting this URS.
b. Assignment: User shall not assign this URS or its attachments. Any attempted
assignment is void.
c. Authorization: An individual signing the URS on behalf of an entity represents and
warrants that he/she is duly authorized to execute and deliver this URS on the
entity’s behalf, has authority to bind the entity, and that the URS shall bind all
employees, agents and/or representatives of that entity.
d. Compliance with all laws: User shall comply with all applicable laws, codes, and
regulations.
e. County Confidential Information: Contractor shall not use or disclose County
Confidential Information other than in the performance of its obligations for County.
All County Confidential Information shall remain the property of the County.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 113
Page 112 of 133
Contractor shall not acquire any ownership interest in the County Confidential
Information.
f. Entire Agreement: This URS and its attachments constitute the final, complete and
exclusive statement of the terms of the agreement between User and County. No
prior or contemporaneous agreement or understanding, verbal or otherwise, of the
parties or their agents shall be valid or enforceable unless embodied in this URS.
g. Governing Law, Jurisdiction and Venue: This URS shall be construed and
interpreted according to the laws of the State of California, excluding its conflict of
law principles. Proper venue for legal actions shall be exclusively vested in a state
court in the County of Santa Clara. The parties agree that subject matter and
personal jurisdiction are proper in state court in the County of Santa Clara, and waive
all venue objections.
h. Indemnity: User shall defend, indemnify and hold harmless County against any and
all claims, demands, liability, judgments, awards, fines, mechanics' liens or other
liens, labor disputes, losses, damages, expenses, charges or costs of any kind or
character, including without limitation attorneys' fees and court costs (hereinafter
collectively referred to as "Claims"), arising out of or in connection with performance
of this URS and its attachments, excepting only Claims caused by County’s sole
negligence or willful misconduct.
i. Modification: This URS may be supplemented, amended, or modified only by the
mutual agreement of the parties.
j. Non-Waiver: No waiver of a breach, failure of any condition, or any right or remedy
contained in or granted by the provisions of this URS shall be effective unless it is in
writing and signed by County. No waiver of any breach, failure, right, or remedy shall
be deemed a waiver of any other breach, failure, right, or remedy, whether or not
similar, nor shall any waiver constitute a continuing waiver unless the writing signed
by County so specifies.
k. Severability: Should any part of this URS be held to be invalid, illegal, or
unenforceable in any respect, such invalidity, illegality, or unenforceability shall not
affect the validity of the remainder of the URS which shall continue in full force and
effect, provided that such remainder can, absent the excised portion, be reasonably
interpreted to give the effect to the intentions of the parties.
l. Survival: All representations, warranties, and covenants contained in this URS and
its attachments shall survive the termination of this URS.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 114
Page 113 of 133
VENDOR REMOTE ACCESS /SECURELINK 1. Definitions County: “County” shall mean Santa Clara County, in the State of California.
Remote Access: Remote access is the act of connecting to County systems from a non-County system through a public network or non-County network infrastructure. Systems include personal computers, workstations, servers and/or any device with network capabilities (e.g., a workstation with an attached modem, routers, switches, laptop computers, handheld devices).
2. Scope of Access a. Customer hereby grants remote access to the following Customer systems at the locations listed, collectively referred to as “IS”, in accordance with the terms of the Agreement and this Amendment: Customer Systems: County of Santa Clara All other access is prohibited.
b. Access is granted for the purpose of Contractor providing services and performing it’s obligations as set forth in the Agreement including, but not limited to, supporting Contractor-installed programs. Unauthorized or illegitimate access to IS and/or County data/information is prohibited. c. Modifications to Access Right: Customer will review the scope of Contractor’s access rights periodically. In no instance will Contractor’s access rights be reduced, limited or modified in any way that prevents or delays Contractor from performing its obligations set forth in the Agreement. Any modifications to these access rights must be mutually agreed to in writing by Customer and Contractor. 3. Security Requirements
a. Contractor will not install any remote access capabilities on any Customer owned or managed system or network unless such installation and configuration is approved in writing by Customer’s and Contractor’s respective designees.
b. Contractor may only install and configure remote access capabilities on Customer systems in accordance with industry standard protocols and procedures, which must be reviewed and approved by Customer’s designee. c. Contractor may only remotely access County systems, including those connections initiated from a County system, if the following conditions are met: 1. Contractor will submit documentation verifying it’s network security mechanisms to
Customer for Customer’s review and approval. Advanced written approval of Contractor’s security mechanisms is required prior to Contractor being granted remote access.
2. Contractor security systems must include the following minimum control mechanisms:
a. Two Factor Authentication: an authentication method that requires two of the following three factors to confirm the identity of the user attempting remote access. Those factors include: 1) something you possess (e.g., security token and/or smart card), 2) something you know (e.g., a personal identification number (PIN)), 3) something you are (e.g., fingerprints, retina scan). The only
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 115
Page 114 of 133
exceptions are County approved County site to Contractor site VPN infrastructure.
b. Centrally controlled authorizations (permissions) that are user specific (e.g., access lists that limit access to specific systems or LANs).
c. Audit tools that create detailed records/logs of access attempts. d. All systems used to remotely access County systems must have installed and
activated industry-standard anti-virus and other security measures that might be required by the County (e.g., software firewall).
e. Access must be established through a centralized collection of hardware and software centrally managed and controlled by Customer’s and Contractor’s respective designees.
4. Monitoring/Audit Customer will monitor access to and activities on Customer owned or managed systems and networks. All remote access attempts to Customer networks and/or systems will be logged on a Customer managed and monitored system with the date, time, and user identification. 5. Copying Deleting or Modifying Data Contractor is prohibited from copying, modifying, or deleting any data contained in or on any IS unless otherwise stated in the Agreement or unless Contractor receives prior written approval from Customer. This does not include data installed by the Contractor to fulfill it’s obligations set forth in the Agreement. 6. Connections to Non-County Networks and/or Systems Contractor agrees to make every effort to protect Customer’s data contained on Customer owned and/or managed systems and networks within Contractor’s control from unauthorized access. Prior written approval is required before Contractor may connect Customer networks or systems to non-Customer owned and/or managed networks or systems. Such connections shall be made in accordance with industry standard protocols and procedures as mutually agreed upon and shall be timely approved in writing by Customer. All modem access and other forms of remote access, such as but not limited to, Virtual Private Network (VPN) access, shall be made in accordance with mutually agreed upon industry standard protocols and procedures, which shall be timely approved in writing by the Customer. 7. Term and Termination
a. Term: The term of this Amendment will begin on it’s effective date set forth above and
will run co-terminous with the Agreement unless terminated earlier as set forth herein.
b. Termination: Customer may terminate this Amendment in accordance with the Termination section of the Agreement following Contractor’s violation of any of the provisions set forth herein or in the Agreement.
8. Person Authorized to Act on Behalf of Parties: The following persons are the
designees for purposes of this Amendment: Contractor: Title/ Designee: Customer: Title/ Designee:
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 116
Page 115 of 133
Either party may change the aforementioned names and or designees by providing the other party with no less than three (3) business days prior written notice. 9. REMOTE ACCESS BACK-UP MODEL: This Remote Access Back-Up Model shall only be used in the event that the primary model selected below is inoperable. Contractor will abide by the additional provisions relating to the backup model selected below in the event Contractor utilizes the backup model. 10. ACCESS MODELS: Contractor agrees to abide by the following additional provisions relating to the primary model selected as indicated below. Please mark appropriate box for each model or if a model is inapplicable, please check the box marked N/A. A. VPN - Site-to-Site
Primary Backup N/A
Contactor support staff will have 24X7 access to all Contractor supported software, devices and systems (including applicable third party software products). In addition to the above terms, the Contractor agrees to the following: Only staff providing services or fulfilling Contractor obligations under the Agreement will be given remote access rights.
Only Contractor supported software, devices and systems (including applicable third party software products) will be accessed.
An encryption method reviewed and approved by the County will be used. Customer shall be solely responsible and liable for any delay or failure of Customer, as applicable, to approve the encryption method to be used by Contractor where such delay or failure causes Contractor to fail to meet or perform, or be delayed in meeting or performing, any of its obligations under the Agreement. Contractor will be required to log all access activity to the Customer. These logs will be kept for a minimum of 90 days and be made available to Customer no more frequently than once every 90 days. Contractor will promptly report to Customer all system changes made via remote access. B. Client based VPN and SSLVPN County System Administrator Authentication
Primary Backup N/A
A PIN number will be provided to the Contractor to use as identification for remote access. The Customer’s [TITLE] or his/her designee will verify the PIN number provided by the Contractor. After verification the Customer [TITLE] or his/her designee will give the Contractor a one time password which will be used to authenticate Contractor when accessing the Customer’s IS. All system changes will be subject to prior approval by Customer’s [TITLE] or his/her designee. All remote access will be initiated only after a support case has been opened either by Customer or Contractor. Because the PIN number allows access to privileged or confidential information residing on the Customer’s IS, the Contractor agrees to treat the PIN number as it would a signature
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 117
Page 116 of 133
authorizing a financial commitment of a Contractor executive every time the PIN number is used. In addition to the above terms, Contractor agrees to the following: The PIN number is confidential, County-owned, and will be identified as such.
The PIN number must be kept in a secured environment under the direct control of the County, such as a locked office where public or other unauthorized access is not allowed. The PIN number can only be released to an authorized employee of the Contractor and may only be used by the designated individual.
If the PIN number is compromised or misused, the Contractor shall notify the Customer’s [TITLE] or his/her designee within one (1) business day.
Contactors use the PIN number as part their normal business operations and for legitimate business purposes only. Use of the PIN number to gain unauthorized or illegitimate access to County information is prohibited and may result in contract termination and other potential consequences provided by law.
The PIN number will be issued to Contractor following execution of this Agreement.
The PIN number will be inactivated by the Customer’s [TITLE] or his/her designee within five (5) business days following contract termination, or upon written request of the County for any reason. C. County-Controlled Enexity (Secure Link) Access
XPrimary Backup N/A
The County-Controlled Enexity Access method involves using Securelink’s Enexity tool installed in the County. County will establish a gateway where the vendor can access the designated software, devices and systems, within the County, as in Paragraph 1.b, from selected network-attached devices at the county site. County will control the access list for Vendors with access through Enexity gateways.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 118
Page 117 of 133
ATTACHMENT 5
BUSINESS ASSOCIATE AGREEMENT
WHEREAS, County of Santa Clara (“County” or “Covered Entity”) is a Covered Entity,
as defined below, and wishes to disclose certain Protected Health Information (“PHI”) to (Enter
Name of Contractor____) “Business Associate” pursuant to the terms of the Agreement and this
Business Associate Agreement (“BAA”); and
WHEREAS, the County is a hybrid entity pursuant to the Health Insurance Portability
and Accountability Act of 1996 (“HIPAA”) performing both covered and non-covered functions;
and
WHEREAS, the Santa Clara Valley Health and Hospital System, which is part of the
County is comprised of multiple County Departments, including Valley Medical Center and
Clinics (“VMC”), the County Mental Health Department (“MHD”), the County Department of
Alcohol and Drug Services (“DADS”), the County Public Health Department (“PHD”) and the
County Custody Health Services (“Custody Health”) and County Valley Health Plan (“VHP”),
all of which are “Covered Entities” under the Health Insurance Portability and Accountability
Act of 1996, Public Law 104-191 (“HIPAA”); and
WHEREAS, the Covered Entity and Business Associate are “qualified service
organizations” or “QSO” within the meaning of the federal law governing Confidentiality of
Alcohol and Drug Abuse Patient Records and its implementing regulations, 42 Code of Federal
Regulations (“C.F.R.”) Part 2; and
WHEREAS, the Covered Entity and Business Associate intend to protect the privacy
and provide for the security of PHI used and disclosed pursuant to this BAA in compliance with
HIPAA, the Health Information Technology for Economic and Clinical Health Act, Public Law
111-005 (“the HITECH Act”), and regulations promulgated thereunder by the U.S. Department
of Health and Human Services (the “HIPAA Regulations”), California Welfare & Institutions
Code 5328, 42 U.S.C. Section 290dd-2, 42 C.F.R part 2, California Confidentiality of Medical
Information Act Civil Code Section 56, California Health & Safety Code 1280.15, and other
applicable laws; and to the extent the Business Associate is to carry out the covered entity’s
obligation under the Privacy Rule, the Business Associate must comply with the requirements of
the Privacy Rule that apply to the covered entity in the performance of such obligation.
WHEREAS, part of the HIPAA Regulations, the Privacy Rule and the Security Rule
(defined below) require Covered Entities to enter into a contract containing specific requirements
with any Business Associate prior to the disclosure of PHI, as set forth in, but not limited to,
Title 45, Sections 164.314(a), 164.502(e) and 164.504(e) of the Code of Federal Regulations
(“C.F.R.”) and contained in this BAA.
NOW, THEREFORE, in consideration of the mutual promises below and the exchange
of information pursuant to the BAA, the parties agree as follows:
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 119
Page 118 of 133
I. Definitions
Terms used, but not otherwise defined, and terms with initial capital letters in the BAA
have the same meaning as defined under the Health Insurance Portability and Accountability Act
of 1996, Public Law 104-191, the Health Information Technology for Economic and Clinical
Health Act, Public Law 111-005, and regulations promulgated thereunder by the U.S.
Department of Health and Human Services (the “HIPAA Regulations”) and other applicable
laws.
Privacy Breach Any acquisition, access, use or disclosure of Protected Health
Information in a manner not permitted or allowed under state or federal privacy laws.
Business Associate is a person, organization, or agency other than a workforce member
that provides specific functions, activities, or services that involve the use, creation, or disclosure
of PHI for, or on behalf of, a HIPAA covered health care component. Examples of business
associate functions are activities such as claims processing or administration, data analysis,
utilization review, quality assurance, billing, benefit management, practice management,
repricing; and legal, actuarial, accounting, consulting, data aggregation, management,
administrative, accreditation, or financial services.
Covered Entity shall have the meaning given to such term under the Privacy Rule and
the Security Rule, including, but not limited to, 45 C.F.R. Section 160.103.
Designated Record Set shall have the meaning given to such term under the Privacy
Rule, including, but not limited to, 45 C.F.R. Section 164.501.
Electronic Protected Health Information means Protected Health Information that is
maintained in or transmitted by electronic media.
Electronic Health Record shall have the meaning given to such term in the HITECH
Act, including, but not limited to, 42 U.S.C. Section 17921.
Health Care Operations shall have the meaning given to such term under the Privacy
Rule, including, but not limited to, 45 C.F.R. Section 164.501.
Privacy Rule shall mean the HIPAA Regulation that is codified at 45 C.F.R. Parts 160
and 164, Subparts A and E.
Protected Health Information or PHI means any information, whether oral or recorded
in any form or medium: (i) that relates to the past, present or future physical or mental condition
of an Individual; the provision of health care to an Individual; or the past, present or future
payment for the provision of health care to an Individual; and (ii) that identifies the Individual or
with respect to which there is a reasonable basis to believe the information can be used to
identify the Individual, and shall have the meaning given to such term under the Privacy Rule,
including, but not limited to, 45 C.F.R. Section 160.103. Protected Health Information includes
Electronic Protected Health Information [45 C.F.R. Sections 160.103, 164.501].
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 120
Page 119 of 133
Protected Information shall mean PHI provided by Covered Entity to Business
Associates or created or received by Business Associates on Covered Entity’s behalf.
Security Rule shall mean the HIPAA Regulation that is codified at 45 C.F.R. Parts 160
and 164, Subparts A and C.
Unsecured PHI shall have the meaning given to such term under the HITECH Act and
any guidance issued pursuant to such Act including, but not limited to, 42 U.S.C. Section
17932(h)(1) and 45 C.F.R. 164.402.
II. Duties & Responsibilities of Business Associates
a. Permitted Uses. Business Associate shall use Protected Information only for the
purpose of performing Business Associate’s obligations under the Contract and as permitted or
required under the Contract or Addendum, or as required by law.
Further, Business Associate shall not use Protected Information in any manner that would
constitute a violation of the Privacy Rule, Welfare & Institutions Code Section 5328, 42 C.F.R.
Part 2, or the HITECH Act, if so used by Covered Entity. However, Business Associate may use
Protected Information (i) for the proper management and administration of Business Associate,
(ii) to carry out the legal responsibilities of Business Associate, or (iii) for Data Aggregation
purposes for the Health Care Operations of Covered Entity. [45 C.F.R. Sections 164.502(a)(3),
164.504(e)(2)(ii)(A) and 164.504(e)(4)(i)].
b. Permitted Disclosures. Business Associate shall not disclose Protected
Information except for the purpose of performing Business Associate’s obligations under the
Agreement and as permitted under the Agreement and this BAA. Business Associate shall not
disclose Protected Information in any manner that would constitute a violation of the Privacy
Rule, 42 C.F.R., Welfare & Institutions Code Section 5328, or the HITECH Act if so disclosed
by Covered Entity. However, Business Associates may disclose Protected Information (i) for the
proper management and administration of Business Associate; (ii) to carry out the legal
responsibilities of Business Associate; (iii) as required by law; or (iv) for Data Aggregation
purposes for the Health Care Operations of Covered Entity. If Business Associate discloses
Protected Information obtained pursuant to the Agreement and this BAA to a third party,
Business Associate must obtain, prior to making any such disclosure, (i) reasonable written
assurances from such third party that such Protected Information will be held confidential as
provided pursuant to this BAA and only disclosed as required by law or for the purposes for
which it was disclosed to such third party, and (ii) a written agreement from such third party to
immediately notify Business Associate of any Breaches of confidentiality of the Protected
Information within twenty-four (24) hours of discovery, to the extent it has obtained knowledge
of such Breach. [42 U.S.C. Section 17932; 45 C.F.R. Sections 164.504(e)(2)(i)-(ii)(A) and
164.504(e)(4)(ii)].
c. Prohibited Uses and Disclosures. Business Associate shall not use or disclose
Protected Information for fundraising or marketing purposes. [42 U.S.C. Section 17936(a) and
45 C.F.R. 164.501]. Business Associate shall not disclose Protected Information to a health plan
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 121
Page 120 of 133
for payment or health care operations purposes if the Individual has requested this special
restriction, and has paid out of pocket in full for the health care item or service to which the PHI
solely relates. [42 U.S.C. Section 17935(a); 45 C.F.R. Section 164.502(a)(5)(ii)]. Business
Associate shall not directly or indirectly receive remuneration in exchange for Protected
Information, except with the prior written consent of Covered Entity and as permitted by the
HITECH Act. [42 U.S.C. Section 17935(d)(2)]. This prohibition shall not affect payment by
Covered Entity to Business Associate for services provided pursuant to the Agreement.
d. Appropriate Safeguards. Business Associate shall implement appropriate
administrative, technological and physical safeguards as are necessary to prevent the use or
disclosure of Protected Information other than as permitted by this BAA that reasonably and
appropriately protect the confidentiality, integrity and availability of the Protected Information,
and comply, where applicable, with the HIPAA Security Rule with respect to Electronic PHI.
e. Reporting of Improper Access, Use or Disclosure. Consistent with Section
(h)(4) of this agreement, Business Associate shall notify Covered Entity within twenty – four
(24) hours of any suspected or actual breach of Protected Information; any use or disclosure of
Protected Information not permitted by the Contract or Addendum; any security incident (i.e. any
attempted or successful unauthorized access, use, disclosure, modification, or destruction of
information or interference with system operations in any information system) related to
Protected Information, and any actual or suspected use or disclosure of data in violation of any
applicable federal or state laws by Business Associate or its agents or subcontractors.
Business Associate shall report to SCVHHS Compliance & Privacy Officer in writing
any access, use or disclosure of Protected Information not permitted by the Agreement and this
BAA. As set forth below, [42 U.S.C. Section 17921; 45 C.F.R. Section 164.504(e) (2) (ii) (C);
45 C.F.R. Section 164.308(b); California Health & Safety Code 1280.15, California
Confidentiality of Medical Information Act 56.10, California Welfare & Institutions 5328].
Compliance & Privacy Officer
Santa Clara Valley Health & Hospital System
2325 Enborg Lane, Suite 240
San Jose, California 95128
Facsimile: (408) 885-6886
Telephone: (408) 885-3794
The Breach notice must contain: (1) a brief description of what happened, including the
date of the Breach and the date of the discovery of the Breach, if known; (2) the location of the
breached information; (3) the unauthorized person who used the PHI or to whom the disclosure
was made; (4) whether the PHI was actually acquired or viewed; (5) a description of the types of
PHI that were involved in the Breach; (6) safeguards in place prior to the Breach; (7) actions
taken in response to the Breach; (8) any steps Individuals should take to protect themselves from
potential harm resulting from the Breach; (9) a brief description of what the business associate is
doing to investigate the Breach, to mitigate harm to Individuals, and to protect against further
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 122
Page 121 of 133
Breaches; and (10) contact procedures for Individuals to ask questions or learn additional
information, which shall include a toll-free telephone number, an e-mail address, website or
postal address. [45 C.F.R. Sections 164.410(c) and 164.404(c)]. Business Associate shall take
any action pertaining to such unauthorized disclosure required by applicable federal and state
laws and regulations. Business Associate shall otherwise comply with 45 C.F.R. Section
164.410 with respect to reporting Breaches of Unsecured PHI. [42 U.S.C. Section 17921; 45
C.F.R. Section 164.504(e)(2)(ii)(C); 45 C.F.R. Section 165.308(b)]
f. Business Associate’s Agents and Subcontractors. Business Associate shall
ensure that any agents or subcontractors, to whom it provides Protected Information, agree in
writing to the same restrictions and conditions that apply to Business Associate with respect to
such PHI and implement the safeguards required by paragraph (II) d above with respect to
Electronic PHI. [45 C.F.R. Sections 164.502(e)(1)(ii), 164.504(e)(2)(ii)(D)and 164.308(b)]. If
Business Associate knows of a pattern of activity or practice of an agent or subcontractor that
constitutes a material breach of violation of an agent or subcontractor’s obligations under the
Contract or Addendum or other arrangement, the Business Associate must take reasonable steps
to cure the breach or end the violation. If these steps are unsuccessful, Business Associate shall
terminate the contract or arrangement with agent or subcontractor, if feasible. [45 C.F.R. Section
164.504(e)(1)(iii)]. Business Associate shall provide written notification to Covered Entity of
any pattern of activity or practice of a subcontractor or agent that Business Associate believes
constitutes a material breach or violation of the agent or subcontractor’s obligations under the
Contract or Addendum or other arrangement with twenty four (24) hours of discovery and shall
meet with Covered Entity to discuss and attempt to resolve the problem as one of the reasonable
steps to cure the breach or end the violation.
The Business Associate shall implement and maintain sanctions against agents and
subcontractors that violate such restrictions and conditions and shall mitigate the effects of any
such violation.
g. Access to Protected Information. Business Associate shall make Protected
Information maintained by Business Associate or its agents or subcontractors in Designated
Record Sets available to Covered Entity for inspection and copying within ten (10) days of a
request by Covered Entity to enable Covered Entity to fulfill its obligations under the Privacy
Rule, including, but not limited to, 45 C.F.R. Section 164.524. [45 CF.R. Section
164.504(e)(2)(ii) (E); 42 C.F.R. part 2 and Welfare & Institutions Code Section 5328]. If
Business Associate maintains an Electronic Health Record, Business Associates shall provide
such information in electronic format to enable Covered Entity to fulfill its obligations under the
HITECH Act, including, but not limited to, 42 U.S.C. Section 17935(e)(1). If any Individual
requests access to PHI directly from Business Associate or its agents or subcontractors, Business
Associate shall notify Covered Entity in writing within five (5) days of the request.
h. Electronic PHI. If Business Associate receives, creates, transmits or maintains
Electronic PHI on behalf of Covered Entity, Business Associates will, in addition, do the following:
(1) Develop, implement, maintain and use appropriate administrative, physical, and
technical safeguards in compliance with Section 1173(d) of the Social Security
Act, Title 42, Section 1320(s) or the United States Code and Title 45, Part 162
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 123
Page 122 of 133
and 164 of CFR to preserve the integrity and confidentiality of all electronically
maintained or transmitted PHI received from or on behalf of Covered Entity.
(2) Document and keep these security measures current and available for inspection
by Covered Entity.
(3) Ensure that any agent, including a subcontractor, to whom the Business Associate
provides Electronic PHI, agrees to implement reasonable and appropriate
safeguards to protect it.
(4) Report to the Covered Entity any Security Incident of which it becomes aware.
For the purposes of this BAA and the Agreement, Security Incident means, as set
forth in 45 C.F.R. Section 164.304, “the attempted or successful unauthorized
access, use, disclosure, modification, or destruction of information or interference
with system operations in an information system.” Security incident shall not
include, (a) unsuccessful attempts to penetrate computer networks or servers
maintained by Business Associate, or (b) immaterial incidents that occur on a
routine basis, such as general “pinging” or “denial of service” attacks.
i. Amendment of PHI. Within ten (10) days of receipt of a request from Covered Entity
for an amendment of Protected Information or a record about an individual contained in a Designated
Record Set, Business Associate or its agents or subcontractors shall make such Protected Information
available to Covered Entity for amendment and incorporate any such amendment to enable Covered
Entity to fulfill its obligations under the Privacy Rule. If any Individual requests an amendment of
Protected Information directly from Business Associate or its agents or subcontractors, Business
Associate must notify Covered Entity in writing within five (5) days of the request. Any approval or
denial of amendment of Protected Information maintained by Business Associate or its agents or
subcontractors shall be the responsibility of Covered Entity.
j. Accounting Rights. Business Associate agrees to document such disclosures of PHI and
information related to such disclosures as would be required for Covered Entity to respond to a request by
an Individual for an accounting of disclosures of PHI in accordance with Privacy Rule and the HITECH
Act. [42 U.S.C. Section 17935(c) and 45 C.F.R. Section 164.528]. Business Associate agrees to
implement a process that allows for an accounting of disclosures to be collected and maintained by
Business Associate and its agents or subcontractors for at least six (6) years prior to the request.
Accounting of disclosures from an Electronic Health Record for treatment, payment or health care
operations purposes are required to be collected and maintained for three (3) years prior to the request,
and only to the extent Business Associate maintains an electronic health record and is subject to this
requirement.
At a minimum, the information collected and maintained shall include: (i) the date of
disclosure; (ii) the name of the entity or person who received Protected Information and, if
known, the address of the entity or person; (iii) a brief description of Protected Information
disclosed and (iv) a brief statement of purpose of the disclosure that reasonably informs the
Individual of the basis for the disclosure, or a copy of the Individual’s authorization, or a copy of
the written request for disclosure. [45 C.F.R. Section 164.528(b)]. In the event that the request
for an accounting is delivered directly to Business Associate or its agents or subcontractors,
Business Associate shall forward it to Covered Entity in writing within five (5) days of the
request. It shall be Covered Entity’s responsibility to prepare and deliver any such accounting
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 124
Page 123 of 133
requested. Business Associate shall not disclose any Protected Information except as set forth in
the Agreement and this BAA.
k. Governmental Access to Records. Business Associate shall make its internal practices,
books and records relating to the use and disclosure of Protected Information available to Covered Entity
and to the Secretary of the U.S. Department of Health and Human Services (the “Secretary”) for purposes
of determining Business Associate’s compliance with the Privacy Rule [45 C.F.R. Section
165.504(e)(2)(ii)(I). Business Associate shall concurrently provide to Covered Entity a copy of any
internal practices, books, and records relating the use and disclosure of PHI that Business Associate
provides to the Secretary.
l. Minimum Necessary. Business Associate and its agents or subcontractors shall request,
use and disclose only the minimum amount of Protected Information reasonably necessary to accomplish
the purpose of the request, use, or disclosure in accordance with 42 U.S.C. Section 17935(b). Business
Associate understands and agrees that the definition of “minimum necessary” is defined in HIPAA and
may be modified by the Secretary. Each party has an obligation to keep itself informed of guidance
issued by the Secretary with respect to what constitutes “minimum necessary.”
m. Adherence to the Requirements of 42 C.F.R. Business Associate acknowledges that in
receiving, transmitting, transporting, storing, processing or otherwise dealing with patient records and
information in connection with providing drug testing services to patients covered by SCVHHS under this
Agreement and BAA, it is fully bound by the regulations governing confidentiality of alcohol and drug
abuse patient records, 42 C.F.R. Section 2.1, et seq.., and HIPAA, and may not use or disclose the
information except as permitted or required by this BAA or applicable law.
n. Resist Efforts in Judicial Procedures. Business Associates agree to resist any efforts in
judicial proceedings to obtain access to the protected information except as expressly provided for in the
regulations governing the Confidentiality of Alcohol and Drug Abuse Records, 42 C.F.R. Part 2.
o. Data Ownership. Business Associate acknowledges that Business Associate has no
ownership rights with respect to the Protected Information governed by this BAA, and all rights, interests,
and title remain vested in the County at all times.
p. Warranties and Disclosures. Business Associate assumes risk for any and all use of
PHI. SCVHHS assumes no liability or responsibility for any errors or omissions in, or reliance upon, the
PHI, including, but not limited to information electronic systems. SCVHHS makes no representations or
warranties of any kind, express or implied, including but not limited to: accuracy, completeness, or
availability of content, non-infringement, merchantability or fitness for a particular use or purpose, the
fullest extent of the law. SCVHHS does not warrant that PHI is free of viruses or other harmful
components or that service will be uninterrupted or error-free, or that defects will be corrected.
q. Audits, Inspection and Enforcement. Within ten (10) days of a written request by
Covered Entity, Business Associate and its agents or subcontractors shall allow Covered Entity to
conduct a reasonable inspection of the facilities, systems, books, records, agreements, policies and
procedures relating to the use or disclosure of Protected Information pursuant to this BAA for the purpose
of determining whether Business Associate has complied with this BAA; provided, however, that (i)
Business Associate and Covered Entity shall mutually agree in advance upon the scope, timing and
location of such an inspection, (ii) Covered Entity shall protect the confidentiality of all confidential and
proprietary information of Business Associate to which Covered Entity has access during the course of
such inspection; and (iii) Covered Entity shall execute a nondisclosure agreement, upon terms mutually
agreed upon by the parties, if requested by Business Associate.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 125
Page 124 of 133
The fact that Covered Entity inspects, or fails to inspect, or has the right to inspect,
Business Associate’s facilities, systems, books, records, agreements, policies and procedures
does not relieve Business Associate of its responsibility to comply with the BAA, nor does
Covered Entity’s (i) failure to detect or (ii) detection, but failure to notify Business Associate or
require Business Associate’s remediation of any unsatisfactory practices, constitute acceptance
of such practice or a waiver of Covered Entity’s enforcement rights under the Agreement or
BAA, Business Associate shall notify Covered Entity within five (5) days of learning that
Business Associate has become the subject of an audit, compliance review, or complaint
investigation by the Office for Civil Rights.
III. Termination
a. Material Breach. A Breach by Business Associate of any provision of this BAA
shall constitute a material Breach of the Agreement and shall provide grounds for immediate
termination of the Agreement, any provision in the Agreement to the contrary notwithstanding.
[45 C.F.R. Section 164.504(e)(2)(iii)].
b. Judicial or Administrative Proceedings. Covered Entity may terminate the
Agreement, effective immediately, if (i) Business Associate is named as a defendant in a
criminal proceeding for a violation of HIPAA, the HITECH Act, 42 C.F.R. Part 2, the HIPAA
Regulations or other security or privacy laws or (ii) a finding or stipulation that the Business
Associate has violated any standard or requirement of HIPAA, the HITECH Act, 42 C.F.R. Part
2, the HIPAA Regulations or other security or privacy laws is made in any administrative or civil
proceeding in which the party has been joined.
c. Effect of Termination. Upon termination of the Agreement for any reason,
Business Associate shall, at the option of Covered Entity, return or destroy all Protected
Information that Business Associate or its agents or subcontractors still maintain in any form,
and shall retain no copies of such Protected Information. If return or destruction is not feasible,
Business Associate shall continue to extend the protections of Section 2 of the BAA to such
information, and limit further use of such PHI to those purposes that make the return or
destruction of such PHI infeasible. [45 C.F.R. Section 164.504(e) (ii)(2)(I)]. If County elects
destruction of the PHI, Business Associate shall certify in writing to County that such PHI has
been destroyed.
IV. General Provisions
a. Indemnification. In addition to the indemnification language in the Agreement,
Business Associate agrees to be responsible for, and defend, indemnify and hold harmless the
Covered Entity for any Breach of Business Associate’s privacy or security obligations under the
Agreement, including any fines, penalties and assessments that may be made against Covered
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 126
Page 125 of 133
Entity or the Business Associate for any privacy breaches or late reporting and agrees to pay the
cost of and notice for any credit monitoring services.
b. Disclaimer. Covered Entity makes no warranty or representation that compliance
by Business Associate with this BAA, HIPAA, the HITECH Act, or the HIPAA Regulations will
be adequate or satisfactory for Business Associate’s own purposes. Business Associate is solely
responsible for all decisions made by Business Associate regarding the use and safeguarding of
PHI.
c. Amendment to Comply with Law. The parties acknowledge that state and
federal laws relating to data security and privacy are rapidly evolving and that amendment of the
Agreement or BAA may be required to provide for procedures to ensure compliance with such
developments. The parties specifically agree to take such action as is necessary to implement the
standards and requirements of HIPAA, the HITECH Act, the Privacy Rule, the Security Rule and
other applicable California laws relating to the security or confidentiality of PHI.
d. Upon the request of any party, the other party agrees to promptly enter into
negotiations concerning the terms of an amendment to the BAA embodying written assurances
consistent with the standards and requirements of HIPAA, the HITECH Act, the Privacy Rule,
the Security Rule and other applicable California laws relating to the security or confidentiality
of PHI.
Covered Entity may terminate Contract upon thirty (30) days written notice in the event
(i) Business Associate does not promptly enter into negotiations to amend the Contract or
Addendum when requested by Covered Entity pursuant to this section or (ii) Business Associate
does not enter into an amendment to the Contract or Addendum providing assurances regarding
the safeguarding of PHI that Covered Entity, in its sole discretion, deems sufficient to satisfy the
standards and requirements of applicable laws.
e. Assistance in Litigation of Administrative Proceedings. Business associate
shall notify Covered Entity within forty-eight (48) hours of any litigation or administrative
proceedings commenced against Business Associate or its agents or subcontractors. Business
Associate shall make itself, and any subcontractors, employees or agents assisting Business
Associate in the performance of its obligations under the Agreement or BAA, available to
Covered Entity, at no cost to Covered Entity, to testify as witnesses, or otherwise, in the event of
litigation or administrative proceedings being commenced against Covered Entity, its directors,
officers or employees based upon a claimed violation of HIPAA, the HITECH Act, the Privacy
Rule, the Security Rule, or other laws relating to security and privacy, except where Business
Associate or its subcontractor, employee or agent is named as an adverse party.
f. No Third-Party Beneficiaries. Nothing express or implied in the Agreement or
this BAA is intended to confer, nor shall anything herein confer, upon any person other than
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 127
Page 126 of 133
Covered Entities, Business Associate and their respective successors or assigns, any rights,
remedies, obligations or liabilities whatsoever.
g. Effect on Agreement. Except as specifically required to implement the purposes
of the BAA, or to the extent inconsistent with this BAA, all other terms of the Agreement shall
remain in force and effect.
h. Interpretation. The BAA shall be interpreted as broadly as necessary to
implement and comply with HIPAA, the HITECH Act, the Privacy Rule and the Security Rule.
The parties agree that any ambiguity in this BAA shall be resolved in favor of a meaning that
complies and is consistent with HIPAA, the HITECH Act, 42 Code of Federal Regulations
(“C.F.R.”) Part 2, the Privacy Rule and the Security Rule and other applicable California laws
relating to the security or confidentiality of PHI.
i. Governing Law, Venue. This agreement has been executed and delivered in,
and shall be construed and enforced in accordance with, the laws of the State of California.
Proper venue for legal action regarding this Agreement shall be in the County of Santa Clara.
j. Survivorship. The respective rights and responsibilities of Business Associate
related to the handling of PHI survive termination of this Agreement.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 128
Page 127 of 133
ATTACHMENT 6 COUNTY TRAVEL POLICY
Quick Reference Guide for Contractors
Introduction County service agreements and contracts shall be written to comply with the County Travel Policy when terms include travel provisions for contractors whose travel expenses are paid by the County. This is required with the exception of a grant policy that specifically indicates that a different policy shall apply.
Guiding Principles Payments of travel expenses are limited to training and business purposes that benefit the County. All expenses incurred while on County business should reflect reasonable and prudent use of public funds. Contractors should choose the most efficient, direct and economic travel options required by the occasion. Travel Authorization Travel expenses submitted by contractors are reimbursable by the County through a written contractual obligation signed by both parties. Contractors are obligated to follow the policies and procedures described therein. Contractors shall ensure that all travel on behalf of the County is necessary and allowable prior to making any reservation or embarking on the trip. The department contractor monitor approving the travel expenses shall determine:
1. If the trip is necessary
2. If the business reason for the trip is justified
3. If the business purpose could be accomplished by telephone, email or other means
4. If the estimated cost justifies the trip
Reservations for Airfare and Car Rental Depending on the language in the contract, reservations required for travel by contractors can be arranged through the County’s designated travel agency whenever practicable or by contractors when lowest available rate can be obtained and price is comparable to those obtained from the County’s travel agency.
Reimbursable Travel Costs Reimbursable travel costs are limited to those that are actual and necessary. When arranging for travel, contractors should consider any special rates, promotions, etc., which would reduce County cost. For example, some special rates are available to those who are traveling on government business.
Transportation Costs In determining the mode of transportation, contractors should consider relative costs, time efficiencies, and the number of people traveling together. The County will reimburse contractors for standard coach airfare at the lowest available rate, and reasonable and actual add-on airline fees when submitted with receipt(s). Contractors who use private vehicle for traveling on County business will be reimbursed at the current IRS published rate. When traveling to a destination with scheduled airline service, the mileage payment may not exceed the equivalent coach class airfare plus avoided mileage to/from airport and local airport long term parking cost. Rental car rates should be comparable
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 129
Page 128 of 133
to State rental car contract with low base rates. Reimbursement is limited to standard sedan or vehicle commensurate with the requirement of the trip with proper approval. The rental car must be turned in promptly at conclusion of the travel. Additional daily charges will not be reimbursed. Current proof of auto insurance must be provided when requesting mileage or rental car reimbursement for County business. Travel Insurance Contractors assume all risks and expenses associated with obtaining insurance deemed necessary when using private vehicles or rental vehicles for business-related travel. The cost of such insurance is not reimbursable. It is the contractors’ responsibility to protect against damage to their vehicles and legal liability in the form of insurance that complies with the State of California law and Insurance Code. Lodging Costs Lodging expenses will be reimbursed at the actual expenses up to the federal per diem rate plus hotel tax. Itemized receipt must be provided. Meal Costs Meals on authorized County business will be reimbursed at the federal meal per diem rate. Federal Per Diem Rate For Travel within the Continental US, use rate listed on http://www.gsa.gov/
Includes 48 contiguous states and District of Columbia high cost locations
Applies to short term travel (29 days or fewer)
Use County Code (www.naco.org) search when the city is not listed and to identify if the city is in a high cost county
If neither city nor county is listed, use CONUS standard lodging/meal rate Incidental and Other Reimbursable Expenses Reasonable and necessary costs for other travel expenses will be reimbursed when supported by itemized receipts (if more than $10) or other appropriate documentation. Incidental expenses incurred will be reimbursed up to GSA limit (currently at $5 per day) Non-reimbursable Expenses include: Travel and related expenses performed outside the scope of contract agreement will be denied. This includes, but not limited to:
1. Expenses incurred prior to the execution of the agreement 2. Expenses incurred after the expiration of the agreement 3. During the term of the agreement, but without proper approval by the department
contract monitor 4. Travel costs in excess of those allowed within the County Travel Policy or
those prescribed by the contract
If official business travel is interrupted for personal convenience, any resulting additional expenses shall be borne by the contractor.
Airfare exceeding the lowest available price for standard coach class
Parking and traffic violations
Mileage for County vehicle
Mileage for commute to work
Emergency repairs for non-County vehicles
Insurance not provided for under the Travel Policy
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 130
Page 129 of 133
Car rental service option and small vehicle insurance
Tips exceeding guidelines
Airline club membership or credit card fees
Refreshments, snacks, alcoholic beverages
Personal travel expenses
Medicinal remedies, health supplies, cosmetics
Personal entertainment, e.g. in-room movies
Childcare fees or kennel/boarding fees
Short term airport parking exceeding long term rate
Incidental expenses that are to be of personal nature, extravagant, or might be considered to be unreasonable or unnecessary
Final Accounting for the Trip A final accounting for the trip must be provided to the department within 21 days after the end of the trip. Travel reimbursement submitted after six months from the travel end-date will not be reimbursed.
Travel Receipts If the agreement has a provision for travel reimbursement, the contractors’ travel expenses submitted for reimbursement must be substantiated by valid receipts or other appropriate written evidence that show the following:
Name of the establishment
Location of the establishment
Date(s) the expense(s) incurred
The type of expenses, and
The amount of the expenses The following documentation, when applicable, must be included with each travel expense report:
Airline ticket - the invoice, e-ticket, or the original passenger copy of the airline ticket
Lodging - the itemized lodging receipt
Automobile rental - the rental receipt
Other expenses: for all other expenses, the receipt must be provided for any single item costing $10 or more
Other required documentation as specified in the contract
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 131
Page 130 of 133
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 132
Page 131 of 133
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 133
Page 132 of 133
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 134
Page 133 of 133
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 135
55
66
Question and Answers for Bid #RFP-PRO-FY17-0242 - Enterprise Medical Imaging
Software Solution
Overall Bid Questions
There are no questions associated with this bid.
Bid RFP-PRO-FY17-0242County of Santa Clara
5/18/2017 4:10 PM p. 136