Top Banner
RFP No: 3598 INVITATION: Sealed proposals, subject to the attached conditions, will be received at this office until March 1, 2010 @ 3:00 p.m. Central Time for the acquisition of the products/services described below for . Enterprise Resource Planning (ERP) Software MANDATORY VENDOR CONFERENCE: Thursday, January 7, 2010 at 9:00 AM in Conference Center East, Room 145 of the Woolfolk Building, 501 North West Street, Jackson, Mississippi 39201. NOTE: THIS RFP CONTAINS MANDATORY REQUIREMENTS TO WHICH NO EXCEPTION MAY BE TAKEN. SEE SECTION VII, ITEMS 6 AND 7, FOR DETAILS. The Vendor must submit proposals and direct inquiries to: Melinda Simmons Technology Consultant Information Technology Services Suite 508, 301 N. Lamar Street Jackson, MS 39201-1495 (601) 359-9535 [email protected] To prevent opening by unauthorized individuals, all copies of the proposal must be sealed in the package. The following must be clearly typed on a label affixed to the package in a clearly
184
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: RFP No. 3598.doc

RFP No: 3598

INVITATION: Sealed proposals, subject to the attached conditions, will be received at this office until March 1, 2010 @ 3:00 p.m. Central Time for the acquisition of the products/services described below for .

Enterprise Resource Planning (ERP) Software

MANDATORY VENDOR CONFERENCE: Thursday, January 7, 2010 at 9:00 AM in Conference Center East, Room 145 of the Woolfolk Building, 501 North West Street, Jackson, Mississippi 39201.

NOTE: THIS RFP CONTAINS MANDATORY REQUIREMENTS TO WHICH NO EXCEPTION MAY BE TAKEN. SEE SECTION VII, ITEMS 6 AND 7, FOR DETAILS.

The Vendor must submit proposals and direct inquiries to:

Melinda SimmonsTechnology Consultant

Information Technology ServicesSuite 508, 301 N. Lamar Street

Jackson, MS 39201-1495(601) 359-9535

[email protected]

To prevent opening by unauthorized individuals, all copies of the proposal must be sealed in the package. The following must be clearly typed on a label affixed to the package in a clearly visible location:

PROPOSAL, SUBMITTED IN RESPONSE TORFP NO. 3598

due March 1, 2010 @ 3:00 p.m.,ATTENTION: Melinda Simmons

___________________________________David L. Litchliter

Page 2: RFP No. 3598.doc

RFP No.: 3598RFP Checklist

Project No.: 37635Revised: 07/25/2008

Executive Director, ITS

2

Page 3: RFP No. 3598.doc

RFP No.: 3598ITS RFP Response Checklist

Project No.: 37635Revised: 10/1/2009

ITS RFP Response Checklist

RFP Response Checklist: These items shall be included in your response to RFP 3598.

_____ 1) One clearly marked original response and identical copies of the complete proposal with each response containing an accompanying electronic copy in Adobe Acrobat latest version. Label the front and spine of the three-ring loose-leaf binder and each CD with the Vendor name and RFP number. Include the items listed below inside the binder. Please DO NOT include a copy of the RFP in the binder.

_____ 2) Submission Cover Sheet, signed and dated. (Section I)

_____ 3) Proposal Bond (Section I)

_____ 4) Proposal Exception Summary, if applicable (Section V)

_____ 5) Vendor response to RFP Questionnaire (Section VI)

_____ 6) Point-by-point response to Technical Specifications (Section VII)

_____ 7) In a separately sealed envelope that is clearly marked with Vendor’s Name and “Cost Proposal in Response to RFP 3598 – Do Not Open”, the Vendor must include ten hardcopy Cost Information Submission forms (Section VIII). One cost information submission form must be clearly marked as the original. Also in the same envelope, the Vendor must submit ten CDs, each containing an electronic copy of the cost information submission in PDF and Microsoft Excel.

_____ 8) References (Section IX)

3

Page 4: RFP No. 3598.doc

RFP No.: 3598Table of Contents

Project No.: 37635Revised: 10/1/2009

Table of Contents

SECTION I......................................................................................................................................4SUBMISSION COVER SHEET & CONFIGURATION SUMMARY......................................4PROPOSAL BONDS...................................................................................................................5

SECTION II.....................................................................................................................................6PROPOSAL SUBMISSION REQUIREMENTS........................................................................6

SECTION III.................................................................................................................................10VENDOR INFORMATION......................................................................................................10

SECTION IV.................................................................................................................................14LEGAL AND CONTRACTUAL INFORMATION.................................................................14

SECTION V...................................................................................................................................26PROPOSAL EXCEPTIONS......................................................................................................26PROPOSAL EXCEPTION SUMMARY FORM......................................................................28

SECTION VI.................................................................................................................................29RFP QUESTIONNAIRE...........................................................................................................29

SECTION VII................................................................................................................................32TECHNICAL SPECIFICATIONS............................................................................................32

SECTION VIII...............................................................................................................................57COST INFORMATION SUBMISSION...................................................................................57

SECTION IX.................................................................................................................................58REFERENCES...........................................................................................................................58REFERENCE FORM................................................................................................................59

EXHIBIT A...................................................................................................................................63STANDARD CONTRACT.......................................................................................................63

EXHIBIT B....................................................................................................................................83ENTERPRISE SYSTEMS MATRIX........................................................................................83

EXHIBIT C....................................................................................................................................94CURRENT SYSTEM ARCHITECTURE.................................................................................94

EXHIBIT D...................................................................................................................................95DATA WAREHOUSE..............................................................................................................95

EXHIBIT E....................................................................................................................................96MAGIC MEMORANDUM OF UNDERSTANDING..............................................................96

EXHIBIT F....................................................................................................................................97STATE OF MS CHART OF ACCOUNTS...............................................................................97

EXHIBIT G.................................................................................................................................101CURRENT SPAHRS STATISTICS........................................................................................101

EXHIBIT H.................................................................................................................................107CURRENT SAAS STATISTICS.............................................................................................107

3

Page 5: RFP No. 3598.doc

RFP No.: 3598Section I: Submission Cover Sheet & Configuration Summary

Project No.: 37635Revised: 10/1/2009

SECTION ISUBMISSION COVER SHEET & CONFIGURATION SUMMARY

Provide the following information regarding the person responsible for the completion of your proposal. This person should also be the person the Mississippi Department of Information Technology Services, (ITS), should contact for questions and/or clarifications.

Name Phone #Address Fax #

E-mail

Subject to acceptance by ITS, the Vendor acknowledges that by submitting a proposal AND signing in the space indicated below, the Vendor is contractually obligated to comply with all items in this Request for Proposal (RFP), including the Standard Contract in Exhibit A if included herein, except those listed as exceptions on the Proposal Exception Summary Form. If no Proposal Exception Summary Form is included, the Vendor is indicating that he takes no exceptions. This acknowledgement also contractually obligates any and all subcontractors that may be proposed. Vendors who sign below may not later take exception to any point during contract negotiations. The Vendor further certifies that the company represented here is an authorized dealer in good standing of the products/services included in this proposal.

_______________________________/_________________Original signature of Officer in Bind of Company/Date

Name (typed or printed)TitleCompany namePhysical address

State of Incorporation

CONFIGURATION SUMMARY

The Vendor must provide a summary of the main components of products/services offered in this proposal using 100 words or less.

Page 6: RFP No. 3598.doc

RFP No.: 3598Section I: Proposal Bonds

Project No.: 37635Revised: 10/1/2009

PROPOSAL BONDS

Please refer to Item No. 36, “Proposal Bond” in Section IV to determine if a Proposal Bond is required for this procurement. If required, please attach the bond here.

Page 7: RFP No. 3598.doc

RFP No.: 3598Section II: Proposal Submission Requirements

Project No.: 37635Revised: 10/1/2009

SECTION IIPROPOSAL SUBMISSION REQUIREMENTS

The objective of the Proposal Submission Requirements section is to provide Vendors with the information required to submit a response to this Request for Proposal (RFP). A Vendor who has responded to previous RFPs issued by ITS should not assume that the requirements are the same, as changes may have been made.

1. Failure to follow any instruction within this RFP may, at the State’s sole discretion, result in the disqualification of the Vendor’s proposal.

2. The State has no obligation to locate or acknowledge any information in the Vendor’s proposal that is not presented under the appropriate outline according to these instructions and in the proper location.

3. The Vendor’s proposal must be received, in writing, by the office of ITS by the date and time specified. ITS is not responsible for any delays in delivery or expenses for the development or delivery of proposals. Any proposal received after proposal opening time will be returned unopened. Any proposal received with insufficient postage will be returned unopened.

4. Proposals or alterations by fax, e-mail, or phone will not be accepted.

5. Original signatures are required on one copy of the Submission Cover Sheet and Configuration Summary, and the Vendor’s original submission must be clearly identified as the original. The Vendor’s original proposal must include the Proposal Bond, (if explicitly required in Section IV).

6. ITS reserves the right to reject any proposals, including those with exceptions, prior to and at any time during negotiations.

7. ITS reserves the right to waive any defect or irregularity in any proposal procedure.

8. The Vendor may intersperse their response following each RFP specification but must not otherwise alter or rekey any of the original text of this RFP. If the State determines that the Vendor has altered any language in the original RFP, the State may, in its sole discretion, disqualify the Vendor from further consideration. The RFP issued by ITS is the official version and will supersede any conflicting RFP language submitted by the Vendor.

The Vendor must conform to the following standards in the preparation of the Vendor’s proposal:

8.1 The Vendor is required to submit one clearly marked original response and 25 identical copies of the complete proposal, excluding cost, in three-ring binders

Page 8: RFP No. 3598.doc

RFP No.: 3598Section II: Proposal Submission Requirements

Project No.: 37635Revised: 10/1/2009

with each response containing an accompanying electronic copy in Adobe Acrobat latest version. There shall be no costs in this response.

8.2 In a separately sealed envelope that is clearly marked with Vendor’s Name and “Cost Proposal in Response to RFP 3598 – Do Not Open”, the Vendor must include ten hardcopy Cost Information Submission forms (Section VIII). One cost information submission form must be clearly marked as the original. Also in the same envelope, the Vendor must submit ten CDs, each containing an electronic copy of the cost information submission in PDF and Microsoft Excel. In the event of the Vendor’s disqualification, the State may return the cost information submission envelope unopened.

8.3 To prevent opening by unauthorized individuals, all copies of the proposal must be sealed in the package. A label containing the information on the RFP cover page must be clearly typed and affixed to the package in a clearly visible location.

8.4 Number each page of the proposal.

8.5 Respond to the sections in the same order as this RFP.

8.6 Label and tab the responses to each section and exhibit, using the corresponding headings from the RFP.

8.7 If the Vendor does not agree with any item in any section, then the Vendor must list the item on the Proposal Exception Summary Form. (See Section V for additional instructions regarding Vendor exceptions.)

8.8 Occasionally, an outline point in an attachment requests information which is not applicable to the products/services proposed. If the Vendor is certain the point does not apply to the given RFP, the Vendor should respond with “NOT APPLICABLE.”

8.9 Where an outline point asks a question or requests information, the Vendor must respond with the specific answer or information requested.

8.10 When an outline point/attachment is a statement provided for the Vendor’s information only, the Vendor need only read that point. The Vendor acknowledges having read and accepting, or taking exception to, all sections by signing the Submission Cover Sheet and providing a Proposal Exception Summary Form.

8.11 Where a minimum requirement has been identified, respond by stating the item (e.g., device name/model number, guaranteed response time) proposed and how it will meet the specifications.

8.12 The Vendor must fully respond to each requirement within the Technical Specifications by fully describing the manner and degree by which the proposal

Page 9: RFP No. 3598.doc

RFP No.: 3598Section II: Proposal Submission Requirements

Project No.: 37635Revised: 10/1/2009

meets or exceeds said requirements. Vendor must respond to DD2 requirements as specified in Section VII, Item 8.

9. It is the responsibility of the Vendor to clearly identify all costs associated with any item or series of items in this RFP. The Vendor must include and complete all parts of the cost proposal in a clear and accurate manner. Omissions, errors, misrepresentations, or inadequate details in the Vendor’s cost proposal may be grounds for rejection of the Vendor’s proposal. Costs that are not clearly identified will be borne by the Vendor. The Vendor must complete the Cost Information Submission in this RFP, which outlines the minimum requirements for providing cost information. The Vendor should supply supporting details as described in the Cost Information Submission.

10. ITS reserves the right to request additional information or clarification of a Vendor’s proposal. The Vendor’s cooperation during the evaluation process in providing ITS staff with adequate responses to requests for clarification will be considered a factor in the evaluation of the Vendor’s overall responsiveness. Lack of such cooperation or failure to provide the information in the manner required may, at the State’s discretion, result in the disqualification of the Vendor’s proposal.

11. Unsolicited clarifications and updates submitted after the deadline for proposals will be accepted or rejected at the sole discretion of ITS.

12. Unsolicited clarifications in the evaluation and selection of lowest and best proposal will be considered only if all the following conditions are met:

12.1 A clarification to a proposal that includes a newly announced product line or service with equal or additional capability to be provided at or less than the proposed price will be considered.

12.2 Information provided must be in effect nationally and have been formally and publicly announced through a news medium that the Vendor normally uses to convey customer information.

12.3 Clarifications must be received early enough in the evaluation process to allow adequate time for re-evaluation.

12.4 The Vendor must follow procedures outlined herein for submitting updates and clarifications.

12.5 The Vendor must submit a statement outlining the circumstances for the clarification.

12.6 The Vendor must submit one clearly marked original and 25 copies of the clarification, each containing an accompanying electronic copy in Adobe Acrobat latest version.

Page 10: RFP No. 3598.doc

RFP No.: 3598Section II: Proposal Submission Requirements

Project No.: 37635Revised: 10/1/2009

12.7 The Vendor must be specific about which part of the original proposal is being changed by the clarification (i.e., must include exact RFP reference to section and outline point).

13. Communications with StateFrom the issue date of this RFP until a Vendor is selected and the selection is announced, responding Vendors or their representatives may not communicate, either orally or in writing regarding this RFP with any statewide elected official, state officer or employee, member of the legislature or legislative employee, nor any member of/or delegate to Congress, except as noted herein. To ensure equal treatment for each responding Vendor, all questions regarding this RFP must be submitted in writing to the State’s contact person for the selection process, and not later than the last date for accepting responding Vendor questions provided in this RFP. All such questions will be answered officially by the State in writing. All such questions and answers will become addenda to this RFP, and they will be posted to the ITS web site. Vendors failing to comply with this requirement will be subject to disqualification.

13.1 The State’s contact person for the selection process is: Melinda Simmons, Technology Consultant, 301 North Lamar Street, Ste. 508, Jackson, MS 39201, 601-359-9535, [email protected].

13.2 Vendor may consult with State representatives as designated by the State’s contact person identified in 13.1 above in response to State-initiated inquiries. Vendor may consult with State representatives during scheduled oral presentations and demonstrations excluding site visits.

Page 11: RFP No. 3598.doc

RFP No.: 3598Section III: Vendor Information

Project No.: 37635Revised: 10/1/2009

SECTION IIIVENDOR INFORMATION

The objective of the Vendor Information section of this RFP is to provide Vendors with information required to respond to the RFP successfully.

1. Interchangeable DesignationsThe terms “Vendor” and “Contractor” are referenced throughout this RFP. Generally, references to the “Vendor” are used in conjunction with the proposing organization and procurement process leading up to the final RFP selection and award. The term “Contractor” denotes the role assumed, post-award, by the winning Vendor. Additionally, the terms “State of Mississippi,” “State” or “ITS” may be used interchangeably throughout this RFP to denote the political entity issuing the RFP and requesting responses from Vendors throughout these specifications. References to a specific agency, institution or other political entity represent the client or customer on whose behalf ITS is issuing the RFP.

2. Vendor’s Responsibility to Examine RFPVendors must examine all documents, forms, specifications, standard provisions, and instructions.

3. Proposal as Property of StateAll written proposal material becomes the property of the State of Mississippi.

4. Written Amendment to RFPAny interpretation of an ITS RFP will be made by written amendment only. The State will not be responsible for any other explanation of this RFP. A copy of any amendment will be posted on the ITS website, together with the associated RFP specification. Vendors are required to check the ITS website periodically for RFP amendments before the proposal opening date at: http://www.its.ms.gov/rfps/rfps_awaiting.shtml.

Any and all amendments will be posted no later than noon, seven days prior to the proposal opening date listed on the cover page of this RFP. Should you be unable to access the ITS website, you may contact the ITS technology consultant listed on page one of this RFP and request a copy.

5. Oral Communications Not BindingOnly transactions which are in writing from ITS may be considered official. No negotiations, decisions, or actions shall be executed by any Vendor as a result of any discussions with any State employee.

6. Vendor’s Responsibility for DeliveryVendors must ensure, through reasonable and sufficient follow-up, proper compliance with, and fulfillment of all schedules and deliverables specified within the body of this RFP. The State will not be responsible for the failure of any delivery medium for

Page 12: RFP No. 3598.doc

RFP No.: 3598Section III: Vendor Information

Project No.: 37635Revised: 10/1/2009

submission of information to or from the Vendor, including but not limited to, public and private carriers, U.S. mail, Internet Service Providers, facsimile, or e-mail.

7. Evaluation CriteriaThe State's intent in issuing this RFP is to award a contract to the lowest and best responsive Vendor who meets specifications, considering price and other factors. The Vendor’s past performance, cooperation, and ability to provide service and training are general factors that will be weighed in the selection process. More specific information concerning evaluation criteria is presented in Technical Specifications.

8. Multiple AwardsITS reserves the right to make multiple awards.

9. Right to Award in Whole or PartITS reserves the right to approve an award by individual items or in total, whichever is deemed to be in the best interest of the State of Mississippi.

10. Right to Use Proposals in Future ProjectsThe State reserves the right to evaluate the awarded proposal from this RFP, including all products and services proposed therein, along with the resulting contractual terms, for possible use in future projects if (a) it is deemed to be in the best interest of the State to do so; and (b) the Vendor is willing to extend a cost less than or equal to that specified in the awarded proposal and resulting contract. A decision concerning the utilization of a Vendor’s proposal for future projects is solely at the discretion of the State and requires the agreement of the proposing Vendor. The State’s decision to reuse an awarded proposal will be based upon such criteria as: (1) the customer’s business requirements; (2) elapsed time since the award of the original project; and/or (3) research on changes in the Vendor, market, and technical environments since the initial award.

11. Price Changes During Award or Renewal PeriodA price increase will not be accepted during the award period or the renewal period, unless stipulated in the contract. However, the State will always take advantage of price decreases.

12. Right to Request InformationThe State reserves the right to request information relative to a Vendor’s references and financial status and to visit a Vendor’s facilities during normal working hours. The State also reserves the right to request a current financial statement, prepared and certified by an independent auditing firm, and reserves the right to require that Vendors document their financial ability to provide the products and services proposed up to the total dollar amount of the Vendor’s cost proposal. The State reserves the right to request information about the Vendor from any previous customer of the Vendor of whom the State is aware, even if that customer is not included in the Vendor’s list of references.

13. Vendor Personnel

Page 13: RFP No. 3598.doc

RFP No.: 3598Section III: Vendor Information

Project No.: 37635Revised: 10/1/2009

For RFPs including professional services specifications, the Vendor will be required to provide and/or certify the following for each individual included in the Vendor’s proposal:

13.1 A direct telephone number at which the individual may be contacted for a telephone interview. The State will pay toll charges in the continental United States. The Vendor must arrange a toll-free number for all other calls.

13.2 That, if onsite interviews are required, the individual can be at the specified location in Mississippi within the timeframe specified. All costs associated with onsite interviews will be the responsibility of the Vendor.

13.3 That the individual is proficient in spoken and written English;

13.4 That the individual is a U.S. citizen or that the individual meets and will maintain employment eligibility requirements in compliance with all INS regulations. The Vendor must provide evidence of identification and employment eligibility prior to the award of a contract that includes any personnel who are not U. S. citizens.

13.5 That the personnel assigned to a project will remain a part of the project throughout the duration of the contract as long as the personnel are employed by the Vendor, unless replaced by the Vendor at the request of the State. This requirement includes the responsibility for ensuring all non-citizens maintain current INS eligibility throughout the duration of the contract.

14. Press ReleasesNo press releases will be allowed without the express written permission of DFA.

15. Vendor Imposed ConstraintsThe Vendor must specifically document what limitations, if any, exist in working with any other Contractor acting in the capacity of the State’s business partner, subcontractor or agent who may be managing any present or future projects; performing quality assurance; integrating the Vendor’s software; and/or providing web-hosting, hardware, networking or other processing services on the State’s behalf. The project relationship may be based on roles as either equal peers; supervisory – subordinate; or subordinate – supervisory, as determined by the State. The State recognizes that the Vendor may have trade secrets, intellectual property and/or business relationships that may be subject to its corporate policies or agreements. The State must understand these issues in order to decide to what degree they may impact the State’s ability to conduct business for this project. These considerations will be incorporated accordingly into the proposal evaluation and selection process. The understanding reached between the Vendor and the State with regard to this business relationship precludes the Vendor from imposing any subsequent limitations of this type in future project undertakings by the State.

16. Best and Final Offer

Page 14: RFP No. 3598.doc

RFP No.: 3598Section III: Vendor Information

Project No.: 37635Revised: 10/1/2009

The State reserves the right to solicit Best and Final Offers (BAFOs) from Vendors, principally in situations in which proposal costs eclipse available funding or the State believes none of the competing proposals presents a Best Value (lowest and best proposal) opportunity. Because of the time and expense incurred by both the Vendor community and the State, BAFOs are not routinely conducted. Vendors should offer their best pricing with the initial solicitation. Situations warranting solicitation of a BAFO will be considered an exceptional practice for any procurement. Vendors that remain in a competitive range within an evaluation may be requested to tender Best and Final Offers, at the sole discretion of the State. All such Vendors will be provided an equal opportunity to respond with a Best and Final Offer under a procedure to be defined by the State that encompasses the specific, refined needs of a project, as part of the BAFO solicitation. The State may re-evaluate and amend the original project specifications should it be deemed necessary in order to improve the opportunity for attaining Best Value scenarios from among the remaining competing Vendors. All BAFO proceedings will be uniformly conducted, in writing and subject to solicitation by the State and receipt from the Vendors under a precise schedule.

17. Restriction on AdvertisingThe Vendor must receive written approval from DFA before advertising or referencing the award of the contract or the services being provided. The Vendor must agree not to refer to awards in commercial advertising in such a manner as to state or imply that the firm or its services are endorsed or preferred by the State of Mississippi.

18. Rights Reserved to Use Existing Product ContractsThe State reserves the right on turnkey projects to secure certain products from other existing ITS contracts if it is in its best interest to do so. If this option is exercised, then the awarded Vendor must be willing to integrate the acquisition and implementation of such products within the schedule and system under contract.

19. Additional Information to be IncludedIn addition to answering each specification within this RFP, the Vendor must include complete product/service information, including product pictorials and technical/descriptive literature relative to any product/service offered with the proposal. Information submitted must be sufficiently detailed to substantiate that the products/services offered meet or exceed specifications.

20. Valid Contract Required to Begin WorkThe successful Vendor should not commence any billable work until a valid contract has been executed. Any work done by the successful Vendor prior to the execution of the contract is done at the Vendor’s sole risk. The State is under no obligation to pay for work done prior to the execution of a contract.

Page 15: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

SECTION IVLEGAL AND CONTRACTUAL INFORMATION

The objective of the Legal and Contractual Information section is to provide Vendors with information required to complete a contract or agreement with ITS successfully.

1. Acknowledgment Precludes Later ExceptionBy signing the Submission Cover Sheet, the Vendor is contractually obligated to comply with all items in this RFP, including the Standard Contract in Exhibit A if included herein, except those specifically listed as exceptions on the Proposal Exception Summary Form. If no Proposal Exception Summary Form is included, the Vendor is indicating that he takes no exceptions. Vendors who respond to this RFP by signing the Submission Cover Sheet may not later take exception to any item in the RFP during contract negotiations. This acknowledgement also contractually obligates any and all subcontractors that may be proposed. No exceptions by subcontractors or separate terms and conditions will be entertained after the fact.

2. Failure to Respond as PrescribedFailure to respond as described in Section II: Proposal Submission Requirements to any item in the sections and exhibits of this RFP, including the Standard Contract attached as Exhibit A, if applicable, shall contractually obligate the Vendor to comply with that item.

3. Contract DocumentsITS will be responsible for all document creation and editorial control over all contractual documentation related to each procurement project. The following documents will normally be included in all contracts between ITS and the Vendor:

3.1 The Proposal Exception Summary Form as accepted by ITS;

3.2 Contracts which have been signed by the Vendor and ITS;

3.3 ITS’ Request for Proposal, including all addenda;

3.4 Official written correspondence from ITS to the Vendor;

3.5 Official written correspondence from the Vendor to ITS when clarifying the Vendor’s proposal; and

3.6 The Vendor’s proposal response to the ITS RFP.

4. Order of PrecedenceWhen a conflict arises regarding contract intent due to conflicting statements in documents included in the contract, the order of precedence of each document is as listed above unless modification of order is negotiated and agreed upon by both ITS and the winning Vendor.

Page 16: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

5. Additional Contract ProvisionsThe contract will also include such additional provisions, which are not inconsistent or incompatible with the material terms of this RFP, as may be agreed upon by the parties. All of the foregoing shall be in such form and substance as prescribed by the State.

6. Contracting Agent by LawThe Executive Director of ITS is, by law, the purchasing and contracting agent for the State of Mississippi in the negotiation and execution of all contracts for the acquisition of computer and telecommunications equipment, systems, software, and services (Section 25-53-1, et seq., of the Mississippi Code Annotated). ITS is issuing this RFP on behalf of the procuring agency or institution. ITS and the procuring agency or institution are sometimes collectively referred to within this RFP as "State."

7. Mandatory Legal Provisions

7.1 The State of Mississippi is self-insured; all requirements for the purchase of casualty or liability insurance are deleted.

7.2 Any provisions disclaiming implied warranties shall be null and void. See Mississippi Code Annotated Sections 11-7-18 and 75-2-719(4). The Vendor shall not disclaim the implied warranties of merchantability and fitness for a particular purpose.

7.3 The Vendor shall have no limitation on liability for claims related to the following items:

7.3.1 Infringement issues;

7.3.2 Bodily injury;

7.3.3 Death;

7.3.4 Physical damage to tangible personal and/or real property; and/or

7.3.5 The intentional and willful misconduct or negligent acts of the Vendor and/or Vendor’s employees or subcontractors.

7.4 All requirements that the State pay interest (other than in connection with lease-purchase contracts not exceeding five years) are deleted.

7.5 Any contract negotiated under this RFP will be governed by and construed according to the laws of the State of Mississippi. Venue for the resolution of any dispute shall be Jackson, Hinds County, Mississippi.

7.6 Any contract negotiated under this RFP is cancelable in the event the funding authority does not appropriate funds. Notice requirements to Vendor cannot exceed sixty (60) days.

Page 17: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

7.7 The State of Mississippi does not waive its sovereign immunities or defenses as provided by law by entering into this contract with the Vendor, Vendor agents, subcontractors, or assignees.

7.8 The State will deliver payments to the Vendor within forty-five (45) days after receipt of invoice and receipt, inspection, and approval of Vendor’s products/services. No late charges will exceed 1.5% per month on any unpaid balance from the expiration of said period until payment is delivered. See Section 31-7-305 of the Mississippi Code Annotated. Seller understands and agrees that Purchaser is exempt from the payment of taxes.

7.9 The State shall not pay any attorney's fees, prejudgment interest or the cost of legal action to or for the Vendor.

8. Approved Contract

8.1 Award of Contract - A contract is considered to be awarded to a Vendor once the Vendor’s offering has been approved as lowest and best proposal through:

8.1.1 Written notification made to Vendors on ITS letterhead, or

8.1.2 Notification posted to the ITS website for the project, or

8.1.3 CP-1 authorization executed for the project, or

8.1.4 The ITS Board’s approval of same during an open session of the Board.

8.2 ITS statute specifies whether ITS Director approval or ITS Board approval is applicable for a given project, depending on the total lifecycle cost of the contract.

8.3 A contract is not deemed final until five (5) working days after either the award of contract or post procurement review, as stipulated in the ITS Protest Procedure and Policy. In the event of a valid protest, the State may, at its sole discretion, continue the procurement or stay the procurement in accordance with the ITS Protest Procedure and Policy. If the procurement is stayed, the contract is not deemed final until the protest is resolved.

9. Contract ValidityAll contracts are valid only if signed by the Executive Director of ITS.

10. Order of Contract ExecutionVendors will be required to sign contracts and to initial all contract changes before the Executive Director of ITS signs.

11. Availability of Funds

Page 18: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

All contracts are subject to availability of funds of the acquiring State entity and are contingent upon receipt by the winning Vendor of a purchase order from the acquiring State entity.

12. CP-1 RequirementAll purchase orders issued for goods and services acquired from the awarded Vendor under this RFP must be encoded by the Customer agency with a CP-1 approval number assigned by ITS. This requirement does not apply to acquisitions that by policy have been delegated to State entities.

13. Requirement for Electronic Payment and Invoicing

13.1 Payments to the awarded Vendor for all goods and services acquired under this RFP by state agencies that make payments through the Statewide Automated Accounting System (“SAAS”) will be made electronically, via deposit to the bank account of the Vendor’s choice. The awarded Vendor must enroll and be activated in PayMode™, the State’s current vehicle for sending and receiving electronic payments, prior to receiving any payments from state agencies. There is no charge for a Vendor to enroll or receive payments via PayMode. For additional information on PayMode, including registration instructions, Vendors should visit the following website: http://portal.paymode.com/ms/. Vendors may also request assistance from the Mississippi Management and Reporting System (MMRS) Call Center regarding PayMode registration by contacting [email protected].

13.2 For state agencies that make payments through SAAS, the awarded Vendor is required to submit electronically all invoices for goods and services acquired under this RFP, along with appropriate supporting documentation, as directed by the State.

13.3 Items 13.1 and 13.2 only apply to state agencies that make payments through SAAS. Payments and invoices for all other entities will conform to their standard methods of payment to contractors.

14. Time For Negotiations

14.1 All contractual issues must be successfully negotiated within thirty (30) working days from the Vendor’s initial receipt of the project contract from ITS, unless ITS consents to extend the period. Failure to complete negotiations within the stated time period constitutes grounds for rejection of the Vendor’s response to this RFP. ITS may withdraw the proposal award and begin negotiations with the next ranked Vendor immediately or pursue any other option.

14.2 Negotiations shall be limited to items to which the Vendor has noted as exceptions on their Proposal Exception Summary Form, as well as any new items that the State may require. All contract changes requested by the Vendor related

Page 19: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

to such exceptions noted in Vendor’s proposal shall be submitted three (3) working days prior to scheduled negotiations, unless ITS consents to a different period.

15. Prime ContractorThe selected Vendor will be designated the prime contractor in the proposal, and as such, shall be solely responsible for all products/services offered in the proposal and for the fulfillment of the contract with the State.

16. Sole Point of ContactITS will consider the selected Vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract.

16.1 The Vendor must acknowledge and agree that in matters of proposals, clarifications, negotiations, contracts and resolution of issues and/or disputes, the Vendor represents all contractors, third parties and/or subcontractors the Vendor has assembled for this project. The Vendor’s commitments are binding on all such parties and consequently the State is only required to negotiate with the Vendor.

16.2 Furthermore, the Vendor acknowledges and agrees to pass all rights and/or services related to all general consulting, services leasing, software licensing, warranties, hardware maintenance and/or software support to the State from any contractor, third party or subcontractor without the State having to negotiate separately or individually with any such parties for these terms or conditions.

16.3 Should a proposing Vendor wish to assign payment of any or all charges resulting from this contract to a third party, Vendor must disclose that fact in his/her proposal, along with the third party’s name, address, nature of business, and relationship to the proposing Vendor, the reason for and purpose of the assignment, and all conditions of the assignment, including but not limited to a copy of an assignment document to be executed by the State, the Vendor, and the third party. Such assignments will be accepted or rejected at the sole discretion of the State. Vendor must clearly and definitively state in his/her proposal whether the proposal is contingent upon the requested assignment of payments. Whenever any assignment of payment is requested, the proposal, contract, and assignment document must include language specifically guaranteeing that the proposing Vendor is solely and fully liable and responsible for the performance of its obligations under the subject contract. No assignment of payment will be considered at the time of purchase unless such assignment was fully disclosed in the Vendor’s proposal and subsequently accepted by the State.

17. ITS Approval of Subcontractor RequiredUnless provided in the contract, the Vendor shall not contract with any other party for furnishing any of the contracted work or services without the consent, guidance, and written approval of the State. ITS reserves the right of refusal and the right to request

Page 20: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

replacement of a subcontractor due to unacceptable work or conduct. This provision should not be interpreted as requiring the approval of individual contracts of employment between the Vendor and personnel assigned for services under the contract.

18. Inclusion of Subcontract AgreementsCopies of any agreements to be executed between the Vendor and any subcontractors must be included in the Vendor’s proposal.

19. Negotiations with SubcontractorIn order to protect the State’s interest, ITS reserves the right to attempt to resolve the contractual disagreements that may arise between the Vendor and its subcontractor after award of the contract.

20. References to Vendor to Include SubcontractorAll references in the RFP to “Vendor” shall be construed to encompass both the Vendor and its subcontractors.

21. Outstanding Vendor Obligations

21.1 Any Vendor who presently owes the State of Mississippi money pursuant to any contract for which ITS is the contracting agent and who has received written notification from ITS regarding the monies owed, must submit, with the proposal, a certified check in the amount due and owing in order for the proposal in response to this RFP to be considered. For a Vendor currently in bankruptcy as of the RFP submission date, this requirement is met, if and only if, ITS has an active petition before the appropriate bankruptcy court for recovery of the full dollar amount presently owed to the State of Mississippi by that Vendor. If the Vendor has emerged from bankruptcy by the RFP submission date, the Vendor must pay in full any amount due and owing to the State, as directed in the court-approved reorganization plan, prior to any proposal being considered.

21.2 Any Vendor who is presently in default on existing contracts for which ITS is the contracting agent, or who otherwise is delinquent in the performance of any such contracted obligations, is in the sole judgment of the State required to make arrangement for fulfilling outstanding obligations to the satisfaction of the State in order for the proposal to be considered.

21.3 The State, at its sole discretion, may reject the proposal of a Vendor with any significant outstanding financial or other obligations to the State or who is in bankruptcy at the time of proposal submission.

22. Equipment ConditionFor all RFPs requiring equipment, the Vendor must furnish only new equipment in response to ITS specifications, unless an explicit requirement for used equipment is otherwise specified.

Page 21: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

23. Delivery IntervalsThe Vendor’s proposal must specify, in the Cost Information Submission and in response to any specific instructions in the Technical Specifications, delivery and installation intervals after receipt of order.

24. Pricing GuaranteeThe Vendor must explicitly state, in the Cost Information Submission and in response to any specific instructions in the Technical Specifications, how long the proposal will remain valid. Unless stated to the contrary in the Technical Specifications, pricing must be guaranteed for a minimum of 180 days from the proposal submission date.

25. Shipping ChargesFor all RFPs requiring shipment of any product or component, all products must be delivered FOB destination to any location within the geographic boundaries of the State with all transportation charges prepaid and included in the RFP proposal or LOC quotation. Destination is the point of use.

26. Amortization ScheduleFor all RFPs requiring equipment, contracts involving the payment of interest must include an amortization schedule clearly documenting the amount of interest payable over the term of the contract.

27. Americans with Disabilities Act Compliance for Web Development and Portal Related ServicesAll Web and Portal development work must be designed and implemented in compliance with the Electronic and Information Technology Accessibility Standards associated with Section 508 of the Rehabilitation Act and with the Web Accessibility Initiative (WAI) of the W3C.

28. Ownership of Developed Software

28.1 When specifications require the Vendor to develop software for the State, the Vendor must acknowledge and agree that the State is the sole owner of such developed software with exclusive rights to use, alter, or distribute the software without restriction. This requirement applies to source code, object code, and documentation.

28.2 The State may be willing to grant the Vendor a nonexclusive license to use the State’s software subject to devising acceptable terms and license fees. This requirement is a matter of State Law, and not negotiable.

29. Ownership of Custom Tailored SoftwareIn installations where the Vendor’s intellectual property is modified and custom-tailored to meet the needs of the State, the Vendor must offer the State an application license entitling the State to use, and/or alter the software without restriction. These requirements apply to source code, object code and documentation.

Page 22: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

30. Terms of Software License The Vendor acknowledges and agrees that the term of all software licenses provided to the State shall be perpetual unless stated otherwise in the Vendor’s proposal.

31. The State is Licensee of RecordThe Vendor must not bypass the software contracting phase of a project by licensing project software intended for State use in its company name. Upon award of a project, the Vendor must ensure that the State is properly licensed for all software that is proposed for use in a project.

32. Remote Access via Virtual Private NetworkVendor must understand that the State of Mississippi’s Enterprise Security Policy mandates that all remote access to and/or from the State network must be accomplished via a Virtual Private Network (VPN). If remote access is required at any time during the life of this Agreement, Vendor and the State agree to implement/maintain a VPN for this connectivity. This required VPN must be IPSec-capable (ESP tunnel mode) and will terminate on a Cisco VPN-capable device (i.e. VPN concentrator, PIX firewall, etc.) on the State’s premises. Vendor agrees that it must, at its expense, implement/maintain a compatible hardware/software solution to terminate the specified VPN on the State’s premises. The parties further understand and agree that the State protocol standard and architecture are based on industry-standard security protocols and manufacturer engaged at the time of contract execution. The State reserves the right to introduce a new protocol and architecture standard and require the Vendor to comply with same, in the event the industry introduces a more secure, robust protocol to replace IPSec/ESP and/or there is a change in the manufacturer engaged.

33. Negotiating with Next-Ranked VendorShould the State cease doing business with any Vendor selected via this RFP process, for any reason, the State reserves the right to initiate negotiations with the next ranked Vendor.

34. Disclosure of Proposal InformationVendors should be aware that any information in a proposal may be subject to disclosure or reproduction under the Mississippi Public Records Act of 1983, defined in Section 25-61-1 et seq. of the Mississippi Code Annotated. All disclosures of proposal information will be made in compliance with the ITS Public Records Procedures established in accordance with the Mississippi Public Records Act. The ITS Public Records Procedures are available in Section 019-010 of the ITS Procurement Handbook, on the ITS Internet site at: http://dsitspe01.its.ms.gov/its/procman.nsf/TOC4?OpenView or from ITS upon request.

As outlined in the Third Party Information section of the ITS Public Records Procedures, ITS will give written notice to any affected Vendor of a request to view or reproduce the Vendor’s proposal or portion thereof. ITS will not, however, give such notice with respect to summary information prepared in connection with the State’s review or evaluation of a Vendor’s proposal, including, but not limited to, written presentations to

Page 23: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

the ITS Board or other approving bodies, and/or similar written documentation prepared for the project file. In addition, ITS will not provide third-party notice for requests for any contract executed as a result of this RFP, with the exception of information contained in contract exhibits identified and labeled as confidential during the contract negotiation process. ITS will provide third-party notice of requests for any such confidential exhibits to allow Vendor the opportunity to protect the information by court order as outlined in the ITS Public Records Procedures.

Summary information and contract terms, as defined above, become the property of ITS, who has the right to reproduce or distribute this information without notification.

Vendors should further be aware that requests for disclosure of proposal and contract information are sometimes received by ITS significantly after the proposal opening date. ITS will notify the signatory “Officer in Bind of Company” provided in Section I of this RFP for Notification of Public Records Requests in the event information is requested that your company might wish to consider protecting as a trade secret or as confidential commercial or financial information. If the “Officer in Bind of Company” should not be used for notification of public records requests, Vendor should provide the alternative contact information in response to this RFP item.

35. Risk Factors to be AssessedThe State will assess risk factors that may initially exist within a given procurement and that may develop over the course of a procurement process as facts become known. The State, at its sole discretion, may employ the following mechanisms in mitigating these risks: proposal bonding, performance bonding, progress payment plan with retainage, inclusion of liquidated damages, and withholding payment for all portions of the products/services acquired until final acceptance. The Vendor must agree to incorporate any or all of the above terms and conditions into the customer agreement.

36. Proposal BondThe Vendor must include a proposal bond in the amount of $50,000.00 with its RFP proposal. Vendor is specifically disallowed from taking exception to the proposal bond requirement. Proposals without proposal bonds will be rejected.

The security must be in the form of a bond, irrevocable letter of credit, certified check, or cashier’s check (hereinafter, “security”) payable to the , to be held by their contracting agent, the Mississippi Department of Information Technology Services, and must be placed in the front of the Vendor’s proposal. The submission of an acceptable security is a condition precedent to a valid proposal, and the amount of the security is not negotiable or contestable. Any proposal received without the security will be rejected and returned to the Vendor without further consideration.

The security binds the Vendor to the commitments made in writing in the Vendor’s proposal. The security will be forfeited in the event the awarded Vendor, at any time during the contract negotiation process, refuses to honor commitments made in its proposal, reneges on pricing, takes exception to any term or condition that was not

Page 24: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

addressed in the Vendor’s written proposal, or fails to execute a contract as anticipated in the RFP and the Vendor’s proposal, including documented exceptions, within thirty (30) working days after the Vendor’s initial receipt of the project contract from ITS, unless an extension is agreed to by ITS.

As stated in the RFP, the Vendor may take exception to any point without incurring any liability to provide items to which an exception has been taken. Likewise, the State has no obligation to accept any proposed exception. Should the State decide, at its sole discretion and at any point in the process, that an exception is NOT acceptable, ITS will reject the Vendor’s proposal and return the Vendor’s security.

The Vendor’s security will be returned promptly after ITS and the successful Vendor have executed a contract or within ninety (90) days after opening the proposals if no letter of intent to award a contract has been sent. In the event that the successful Vendor fails to accept and sign the mutually negotiated contract, that Vendor shall be disqualified and ITS shall initiate negotiations with the next ranked Vendor until a contract is successfully negotiated, or ITS elects to cancel the procurement. The securities of all remaining Vendors will be returned when a contract has been successfully negotiated and executed, or when the procurement is canceled.

37. Performance Bond/Irrevocable Bank Letter of Credit The Vendor is not required to include the price of a performance bond or irrevocable bank letter of credit with his RFP proposal. If required, the cost of the bond or letter of credit must be shown as a separate line item in the Cost Information Submission. The performance bond or letter of credit must be procured at the Vendor’s expense prior to the execution of the contract and may be invoiced to after contract initiation only if itemized in the Cost Information Submission and in the executed contract. The final decision as to the requirement for a Performance Bond or Irrevocable Bank Letter of Credit will be made upon contract award and is at the State’s sole discretion.

If a Performance Bond/Irrevocable Bank Letter of Credit is required, the Vendor must procure and submit to ITS, on behalf of , with the executed contract, (a) a performance bond from a reliable surety company authorized to do business in the State of Mississippi or (b) an irrevocable bank letter of credit that is acceptable to the State. The Performance Bond or the Irrevocable Letter of Credit shall be for the total amount of the contract or an amount mutually agreed upon by the State and the successful Vendor and shall be payable to , to be held by their contracting agent, the Mississippi Department of Information Technology Services. No contract resulting from this RFP will be valid until the required Performance Bond or Irrevocable Bank Letter of Credit has been received and found to be in proper form and amount. The Vendor agrees that the State has the right to request payment for a partial amount or the full amount of the Irrevocable Letter of Credit/Performance bond should the products/services being procured hereunder not be provided in a manner consistent with this RFP and the Vendor’s proposal by the delivery dates agreed upon by the parties. The State may demand payment by contacting the bank issuing the letter of credit or the bonding company issuing the performance bond and making a written request for full or partial payment. The issuing bank/bonding

Page 25: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

company is required to honor any demand for payment from the State within fifteen (15) days of notification. The letter of credit/performance bond shall cover the entire contract period, with the exception of post-warranty maintenance and support, and shall not be released until final acceptance of all products and deliverables required herein or until the warranty period, if any, has expired, whichever occurs last. If applicable, and at the State’s sole discretion, the State may, at any time during the warranty period, review Vendor’s performance and performance of the products/services delivered and determine that the letter of credit/performance bond may be reduced or released prior to expiration of the full warranty period.

38. Responsibility for Behavior of Vendor Employees/SubcontractorsThe Vendor will be responsible for the behavior of all its employees and subcontractors while on the premises of any State agency or institution. Any Vendor employee or subcontractor acting in a manner determined by the administration of any State agency or institution to be detrimental, abusive, or offensive to any of the staff or student body of any State agency or institution will be asked to leave the premises and can be suspended from further work on the premises.

39. ProtestsThe Executive Director of ITS and/or the Board Members of ITS or their designees shall have the authority to resolve Vendor protests in connection with the selection for award of a contract. Copies of the protest procedures are available on the ITS Internet site - ITS Protest Procedure and Policy, Section 019-020, ITS Procurement Handbook at: http://dsitspe01.its.ms.gov/its/procman.nsf/TOC4?OpenView or from ITS upon request.

40. Protest BondPotential Vendors may protest any of the specifications of this RFP on the belief that the specification is unlawful, unduly restrictive, or unjustifiably restraining to competition. Any such protest must be in writing and submitted to the ITS Executive Director along with the appropriate protest bond within five (5) working days of the Official Release of the RFP, as defined in the ITS Protest Procedure and Policy. The outside of the envelope must be marked “Protest” and must specify RFP number 3598.

As a condition precedent to filing any protest related to this procurement, the Vendor must procure, submit to the ITS Executive Director with its written protest, and maintain in effect at all times during the course of the protest or appeal thereof, a protest bond in the full amount of the total estimated project lifecycle cost or $3,000,000.00, whichever is less. The total estimated project lifecycle cost will be the amount used by ITS in the computation of cost points, as the low cost in the denominator of the cost evaluation formula. The bond shall be accompanied by a duly authenticated or certified document evidencing that the person executing the bond is a licensed Mississippi agent for the bonding company. This certified document shall identify the name and address of the person or entity holding the protest bond and shall identify a contact person to be notified in the event that the State is required to take action against the bond. The protest bond shall not be released to the protesting Vendor until the protest is finally resolved and the time for appealing said protest has expired. The protest bond shall be procured at the

Page 26: RFP No. 3598.doc

RFP No.: 3598Section IV: Legal and Contractual Information

Project No.: 37635Revised: 10/1/2009

protesting Vendor’s expense and be payable to the Mississippi Department of Information Technology Services. Prior to approval of the protest bond, ITS reserves the right to review the protest bond and require the protesting Vendor to substitute an acceptable bond in such form as the State may reasonably require. The premiums on such bond shall be paid by the protesting Vendor. The State may claim against the protest bond as specified in Section 25-53-5 (n) of the Mississippi Code of 1972, as amended during the 1998 Mississippi legislative session, in addition to all other rights and remedies the State may have at law or in equity.

Should the written protest submitted by the Vendor fail to comply with the content requirements of ITS’ protest procedure and policy, fail to be submitted within the prescribed time limits, or fail to have the appropriate protest bond accompany it, the protest will be summarily dismissed by the ITS Executive Director.

41. Mississippi Employment Protection ActEffective July 1, 2008, Vendor acknowledges that if awarded, it will ensure its compliance with the Mississippi Employment Protection Act, Section 71-11-1, et seq. of the Mississippi Code Annotated (Supp2008), and will register and participate in the status verification system for all newly hired employees. The term “employee” as used herein means any person that is hired to perform work within the State of Mississippi. As used herein, “status verification system” means the Illegal Immigration Reform and Immigration Responsibility Act of 1996 that is operated by the United States Department of Homeland Security, also known as the E-Verify Program, or any other successor electronic verification system replacing the E-Verify Program. Vendor will agree to maintain records of such compliance and, upon request of the State, to provide a copy of each such verification to the State.

Vendor acknowledges and certifies that any person assigned to perform services hereunder meets the employment eligibility requirements of all immigration laws of the State of Mississippi.

Vendor acknowledges that violating the E-Verify Program (or successor thereto) requirements subjects Vendor to the following: (a) cancellation of any state or public contract and ineligibility for any state or public contract for up to three (3) years, with notice of such cancellation being made public, or (b) the loss of any license, permit, certification or other document granted to Vendor by an agency, department or governmental entity for the right to do business in Mississippi for up to one (1) year, or (c) both. Vendor would also be liable for any additional costs incurred by the State due to contract cancellation or loss of license or permit.

Page 27: RFP No. 3598.doc

RFP No.: 3598Section V: Proposal Exceptions

Project No.: 37635Revised: 10/1/2009

SECTION VPROPOSAL EXCEPTIONS

Please return the Proposal Exception Summary Form at the end of this section with all exceptions to items in any Section of this RFP listed and clearly explained or state “No Exceptions Taken.” If no Proposal Exception Summary Form is included, the Vendor is indicating that he takes no exceptions to any item in this RFP document.

1. Unless specifically disallowed on any specification herein, the Vendor may take exception to any point within this RFP, including a specification denoted with ”shall” or “must,” as long as the following are true:

1.1 The specification is not a matter of State law;

1.2 The proposal still meets the intent of the RFP;

1.3 A Proposal Exception Summary Form is included with Vendor’s proposal; and

1.4 The exception is clearly explained, along with any alternative or substitution the Vendor proposes to address the intent of the specification, on the Proposal Exception Summary Form.

2. The Vendor has no liability to provide items to which an exception has been taken. ITS has no obligation to accept any exception. During the proposal evaluation and/or contract negotiation process, the Vendor and ITS will discuss each exception and take one of the following actions:

2.1 The Vendor will withdraw the exception and meet the specification in the manner prescribed;

2.2 ITS will determine that the exception neither poses significant risk to the project nor undermines the intent of the RFP and will accept the exception;

2.3 ITS and the Vendor will agree on compromise language dealing with the exception and will insert same into the contract; or

2.4 None of the above actions is possible, and ITS either disqualifies the Vendor’s proposal or withdraws the award and proceeds to the next ranked Vendor.

3. Should ITS and the Vendor reach a successful agreement, ITS will sign adjacent to each exception which is being accepted or submit a formal written response to the Proposal Exception Summary responding to each of the Vendor’s exceptions. The Proposal Exception Summary, with those exceptions approved by ITS, will become a part of any contract on acquisitions made under this RFP.

4. An exception will be accepted or rejected at the sole discretion of the State.

Page 28: RFP No. 3598.doc

RFP No.: 3598Section V: Proposal Exceptions

Project No.: 37635Revised: 10/1/2009

5. The State desires to award this RFP to a Vendor or Vendors with whom there is a high probability of establishing a mutually agreeable contract, substantially within the standard terms and conditions of the State's RFP, including the Standard Contract in Exhibit A, if included herein. As such, Vendors whose proposals, in the sole opinion of the State, reflect a substantial number of material exceptions to this RFP, may place themselves at a comparative disadvantage in the evaluation process or risk disqualification of their proposals.

6. For Vendors who have successfully negotiated a contract with ITS in the past, ITS requests that, prior to taking any exceptions to this RFP, the individual(s) preparing this proposal first confer with other individuals who have previously submitted proposals to ITS or participated in contract negotiations with ITS on behalf of their company, to ensure the Vendor is consistent in the items to which it takes exception.

Page 29: RFP No. 3598.doc

RFP No.: 3598Section V: Proposal Exceptions

Project No.: 37635Revised: 10/1/2009

PROPOSAL EXCEPTION SUMMARY FORM

List and clearly explain any exceptions, for all RFP Sections and Exhibits, in the table below.

ITS RFP Reference

Vendor Proposal Reference

Brief Explanation of Exception

ITS Acceptance (sign here only if accepted)

(Reference specific outline point to which exception is taken)

(Page, section, items in Vendor’s proposal where exception is explained)

(Short description of exception being made)

1.2.3.4.5.6.7.

Page 30: RFP No. 3598.doc

RFP No.: 3598Section VI: RFP Questionnaire

Project No.: 37635Revised: 10/1/2009

SECTION VIRFP QUESTIONNAIRE

Please answer each question or provide the information as requested in this section.

1. Statewide Automated Accounting System (SAAS) Information for State of Mississippi Vendor File

1.1 SAAS Vendor Code: Any Vendor who has not previously done business with the State and has not been assigned a SAAS Vendor code should furnish a signed copy of an IRS W-9 form with the proposal. A copy of the W-9 Form can be obtained by going to the ITS website, http://www.its.ms.gov, clicking on the “Procurement” button to the left of the screen, selecting “Vendor Information”, scrolling to the bottom of the page, and clicking on the link “Forms Required in RFP Responses.” Vendors who have previously done business with the State should furnish ITS with their SAAS Vendor code.

SAAS Vendor Code: ___________________ OR Signed W-9 Form Attached: _______

1.2 Vendor Self-Certification Form: The State of Mississippi, in an effort to capture participation by minority Vendors, asks that each Vendor review the State of Mississippi Minority Vendor Self Certification Form. This information is for tracking/reporting purposes only, and will not be used in determining which Vendor will be chosen for the project. Any Vendor who can claim status as a Minority Business Enterprise or a Woman Business Enterprise in accordance with the definitions on this form and who has not previously submitted a form to the State of Mississippi should submit the completed form with the proposal. A copy of the Minority Vendor Self-Certification Form can be obtained at: http://www.mississippi.org/assets/docs/minority/minority_vendor_selfcertform.pdf. Please direct any questions about minority certification in Mississippi to the Minority Business Enterprise Division of the Mississippi Development Authority by telephone at (601) 359-3448 or via email at [email protected].

Minority Vendor Self-Certification Form Included: _____Minority Vendor Self-Certification Form Previously Submitted: _____Not claiming Minority or Women Business Enterprise Status: _____

2. Certification of Authority to Sell The Vendor must certify Vendor is a seller in good standing, authorized to sell and able to deliver all items and related services proposed in the State of Mississippi in the time frame specified. Does the Vendor make these certifications? (A yes or no answer is required.)

Page 31: RFP No. 3598.doc

RFP No.: 3598Section VI: RFP Questionnaire

Project No.: 37635Revised: 10/1/2009

3. Certification of No Conflict of InterestMississippi law clearly forbids a direct or indirect conflict of interest of a company or its employees in selling to the State. The Vendor must answer and/or provide the following:

3.1 Does there exist any possible conflict of interest in the sale of items to any institution within ITS jurisdiction or to any governing authority? (A yes or no answer is required.)

3.2 If the possibility of a conflict does exist, provide a list of those institutions and the nature of the conflict on a separate page and include it in your proposal. The Vendor may be precluded from selling to those institutions where a conflict of interest may exist.

4. Pending Legal Actions

4.1 Are there any lawsuits or other legal proceedings against the Vendor that pertain to any of the software, hardware, or other materials and/or services which are a part of the Vendor’s proposal? (A yes or no answer is required.)

4.2 If so, provide a copy of same and state with specificity the current status of the proceedings.

5. Non-Disclosure of Social Security Numbers Does the Vendor acknowledge that any information system proposed, developed, or modified under this RFP that disseminates, in any form or manner, information or material that contains the Social Security Number of an individual, has mechanisms in place to prevent the inadvertent disclosure of the individual’s Social Security Number to members of the general public or to persons other than those persons who, in the performance of their duties and responsibilities, have a lawful and legitimate need to know the individual’s Social Security Number? This acknowledgement is required by Section 25-1-111 of the Mississippi Code Annotated.

6. Order and Remit AddressThe Vendor must specify both an order and a remit address:

Order Address:

Page 32: RFP No. 3598.doc

RFP No.: 3598Section VI: RFP Questionnaire

Project No.: 37635Revised: 10/1/2009

Remit Address (if different):

7. Web AmendmentsAs stated in Section III, ITS will use the ITS website to post amendments regarding RFPs before the proposal opening at http://www.its.ms.gov/rfps/rfps_awaiting.shtml. We will post clarifications until noon seven days prior to the proposal opening date listed on the cover page of this RFP or the posted extension date, if applicable.

Does the Vendor certify that they have reviewed a copy of the ITS amendments for RFPs as above stated? (A yes or no answer is required.)

Page 33: RFP No. 3598.doc

SECTION VIITECHNICAL SPECIFICATIONS

1. General Overview and Background

1.1 MMRS MissionThe Mississippi Management and Reporting System (MMRS) is an office of the Mississippi Department of Finance and Administration (DFA). The 1993 regular session of the Mississippi Legislature established MMRS for the purpose of creating and maintaining a central repository of current, accurate, and relevant management information (Section 7-7-3 (5), Mississippi Code of 1972, Annotated as Amended). MMRS is responsible for the development, enhancement, maintenance, and support of several statewide applications that combine to form this central repository of management information.

1.2 MAGIC Project BackgroundThe State is currently supporting disparate legacy business systems hosted on a variety of platforms and architectures as described in Exhibit B - Enterprise Systems Matrix and Exhibit C - Current System Architecture. The State’s core administrative systems are at the trailing edge of their life cycle. While the State has effectively supported and enhanced these systems, the underlying technology has become increasingly difficult and costly to enhance and maintain. Technical support staff that have the requisite skill sets are difficult and expensive to find and hire. Interfaces between the current financial, human resources, payroll administration systems, and other systems are also increasingly more difficult to modify and maintain.

Early in 2006, MMRS began the planning process for the future replacement of the State’s administrative systems with a new, fully-integrated enterprise resource planning (ERP) software solution on an up-to-date technology platform. This strategic project is now known as MAGIC, Mississippi's Accountability System for Government Information and Collaboration.

In February 2008, the State engaged Salvaggio, Teal & Associates (STA) to assist the State in accomplishing the MAGIC project objectives. A cross-representation of key personnel from over fifty State agencies was chosen to comprise the MAGIC Advisory Workgroups (AWGs). The AWGs were established to provide Subject Matter Expert (SME) input in the refinement of the baseline ERP specifications provided by STA to fit Mississippi’s requirements. The Advisory Workgroups’ input was gathered from approximately 180 SMEs in over seventy workshops conducted by the MAGIC project team. At the conclusion of the workshops, the resulting functional ERP specifications were provided online to over 1,000 state employees for review and feedback through the DD2 collaborative tool. This process resulted in over 9,000 requirements for this RFP.

In 2008, the State issued an RFP for the procurement of a comprehensive Grants

Page 34: RFP No. 3598.doc

Management solution; this project was known as GOALS (Grants Operation and Lifecycle Solution). In April 2009, after evaluation of responses, the State decided to reject all proposals and incorporate the GOALS requirements into the Grants Management section of this RFP.

In addition to requirements definition, a detailed Business Case Analysis (BCA) was developed for the MAGIC Project. The complete BCA can be found on the MAGIC Website at: http://www.mmrs.state.ms.us/MAGIC/index.shtml.

Because STA was engaged to assist with the Planning and Design Phase of MAGIC, they are not eligible to participate in this procurement.

2. How to Respond to this Section

2.1 Beginning with Item 3.1 of this section, label and respond to each outline point in this section as it is labeled in the RFP.

2.2 The Vendor must respond with “ACKNOWLEDGED,” “WILL COMPLY” or “AGREED” to each point in this section. In addition, many items in this RFP require detailed and specific responses to provide the requested information. Failure to provide the information requested will result in the Vendor receiving a lower score for that item, or, at the State’s sole discretion, being subject to disqualification.

2.3 “ACKNOWLEDGED” should be used when no vendor response or vendor compliance is required. “ACKNOWLEDGED” simply means the vendor is confirming to the State that he read the statement. This is commonly used in the RFP sections where the agency’s current operating environment is described or where general information is being given about the project.

2.4 “WILL COMPLY” or “AGREED” are used interchangeably to indicate that the vendor will adhere to the requirement. These terms are used to respond to statements that specify that a vendor or vendor’s proposed solution must comply with a specific item or must perform a certain task.

2.5 If the Vendor cannot respond with “ACKNOWLEDGED,” “WILL COMPLY,” or “AGREED,” then the Vendor must respond with “EXCEPTION.” (See Section V, for additional instructions regarding Vendor exceptions.)

2.6 Where an outline point asks a question or requests information, the Vendor must respond with the specific answer or information requested.

2.7 In addition to the above, Vendor must provide explicit details as to the manner and degree to which the proposal meets or exceeds each specification.

3. MAGIC Project Scope

Page 35: RFP No. 3598.doc

3.1 The scope of the MAGIC project is to meet the requirements identified in this RFP. The State expects the proposed software solution to replace and/or interface with the following systems:

3.1.1 SAAS – Finance and accounting; includes budget control

3.1.2 SPAHRS – Human resources and payroll

3.1.3 WebProcure – e-Procurement

3.1.4 PayMode – Electronic payments and invoicing

3.1.5 MERLIN – Data warehouse and analytical reporting

3.1.6 I2K – Application capture and Certificate of Eligibility support for human resources

3.1.7 GENIE – Procurement approval for Office of Purchasing, Travel, and Fleet Management (OPTFM)

3.1.8 VitalChek – Payment service

3.1.9 E-Gov Portal – Portal applications

3.1.10 MELMS – Employee training support

3.1.11 Protégé – Asset management, fleet management, and surplus property

3.1.12 Stimulus 360 – Federal reporting required under ARRA

3.1.13 BRICKS – Construction and facility management

3.1.14 PATS – Project accounting for construction project management

3.1.15 ACE – Employee self-service

3.1.16 Capital Asset Reporting – Building, land, land improvement, and fixed asset reporting

3.2 Additional information regarding the systems outlined in this section can be found on the MMRS website at www.mmrs.state.ms.us and in the Office of Fiscal Management’s MAAPP manual found at http://www.dfa.state.ms.us/Offices/OFM/MAAPP.htm.

3.3 The State is seeking to acquire a comprehensive Commercial-Off-the-Shelf (COTS), ERP solution. The desired ERP software solution is expected to include the following modules/functionality:

Page 36: RFP No. 3598.doc

Financial Human Resources / PayrollAccounts Payable Benefits AdministrationAccounts Receivable Class CompensationBudget Control Payroll AdministrationBudget Development Personnel AdministrationCash Management Position ControlCost Allocation Recruitment General Ledger Self-ServiceGrant Accounting Time ReportingProject Accounting Training

Procurement Grants ManagementAsset Management Agency Funding Sources Bid Solicitation Announcement and SolicitationContract Management Application and AwardFleet Management AuditInventory CloseoutPurchasing Financial Management Surplus Property General Grants Management

Interfaces Technical Monitor ActivityData Warehouse ReportingGeneral FunctionalTechnical

4. MAGIC Project Objectives

4.1 The State has identified several objectives to improve efficiency, streamline processes, and provide value to the State. These project objectives, as detailed in the Business Case Analysis, include:

4.1.1 Improved security/single sign-on for ERP applications

4.1.2 Rules-based processing supporting improved internal controls

4.1.3 Automate paper-based manual processes

4.1.4 Workflow capability

4.1.5 Integrated document management functionality

4.1.6 Automated budget development process

4.1.7 Employee, Vendor, applicant, and trainee/trainer self-service

Page 37: RFP No. 3598.doc

4.1.8 Vendor tax offset

4.1.9 Enhanced ad-hoc reporting and query capability

4.1.10 Upgraded technical platform

4.1.11 Eliminate redundant/duplicated system processes that are error prone and require constant reconciliation

4.1.12 Improve data quality and analysis capabilities

4.1.13 Consolidate and streamline business processes

5. MAGIC Software Procurement Objective

5.1 The MAGIC Software Procurement Phase is designed to provide the State with a Commercial-Off-the-Shelf (COTS) web-based ERP software package, integrated through a common database platform, for supporting the State’s financial, procurement, grants management, human resources and payroll requirements. The target solution must be highly configurable in order to meet the complex business requirements of the State. The State intends to severely restrict customization of the acquired product.

5.2 This RFP specifically addresses the acquisition of ERP Software. A separate RFP for implementation services will be issued following software selection. This RFP seeks to acquire a perpetual software license, software maintenance and support agreement, and related training services. Software Vendors responding to this RFP will not be precluded from responding to the implementation services RFP.

5.3 The State intends to select a complete ERP software suite (Finance, Grants Management, Procurement, and HR/Payroll). However, due to funding constraints, the State plans to implement the software using a phased approach.

5.4 The State requires pricing for all modules necessary to meet the requirements of this RFP. The State reserves the right to determine, from those proposed, what modules will be acquired at the present time as well as those to be acquired at a later date. The State is under no obligation to acquire all modules proposed by the selected Vendor.

5.5 The initial software licensing and support will include modules supporting the Financial, Grants Management, Procurement, Technical and General System requirements. Vendors are required to guarantee pricing for all modules for a minimum of one year from contract execution. The Vendor must specify a not-to-exceed annual escalation percentage beyond the one year pricing guarantee for all proposed modules and any optional toolsets. The State does not intend to implement modules beyond the initial functionality specified above for 2 to 3 years, pending budget availability.

Page 38: RFP No. 3598.doc

5.6 As instructed in Section VIII, Cost Information Submission, the Vendor must provide software license fees and annual maintenance fees for each year over the five year period. The State will begin payment of annual maintenance fees for implemented modules upon go-live in the State’s production environment.

5.7 The detailed requirements as stated in this RFP and Vendors’ responses in Advantiv’s DD2 system will become part of the selected software Vendor's licensing agreement and shall be warranted as such. Furthermore, the warranty for software shall be valid for a minimum of one year beyond the live production date of each module deployed. The State will give additional consideration to Vendors with warranty periods longer than the specified minimum.

6. Mandatory Provisions in this RFP

6.1 The specifications in this section of this RFP are MANDATORY. Vendors shall not take exception to the mandatory requirements in this section. Proposals that do not meet all mandatory requirements are subject to immediate disqualification, at the sole discretion of the State.

6.2 The specifications in Item 10 “Narrative Section” are MANDATORY. Vendors must respond with detailed and specific responses to the requested information. Failure to provide the information requested may result in the Vendor, at the State’s sole discretion, being subject to disqualification.

6.3 On-site attendance at the Vendor Conference at 9:00 AM on Thursday, January 7, 2010, is mandatory for any Vendor who intends to submit an RFP response. Any proposal received from a Vendor who did not have an authorized representative at the Vendor Conference will be rejected.

6.3.1 The Vendor Conference will be held in Conference Center East, Room 145 of the Woolfolk Building, 501 North West Street, Jackson, Mississippi, 39201.

6.3.2 Questions will be entertained during the Vendor Conference, but any responses shall be considered tentative and non-binding with regard to this RFP. Prospective Vendors may also officially submit written questions during the Vendor Conference. The State’s official and binding answers or position shall be in writing and shall be posted by the date outlined in the Calendar of Events in this RFP.

6.3.3 Any person with a disability requiring special accommodations for the Vendor Conference must notify the Single Point of Contact identified in Section II, Item 13.1 by email no later than 2:00 PM Central Time three business days before the Vendor Conference.

6.4 Vendor is required to respond to Functional, Technical and Other requirements via Advantiv’s DD2 Response Manager, as described in Section VII, Item 8.

Page 39: RFP No. 3598.doc

6.5 The Vendor’s references must meet the criteria specified in Section IX: References.

6.6 The Vendor must be the authorized owner of the software (i.e. third-party resellers are not allowed.)

6.7 Vendors who are the authorized owners of multiple ERP products are only permitted to propose the single product suite they believe best meets the requirements of this RFP.

6.8 Vendor responses to the RFP must be based on the version of software proposed for an anticipated project start date of October 1, 2010.

6.9 Vendor’s responses of “Standard” (as described in Section VII, Item 8 below) in the Support column of DD2 requirements will financially obligate the software Vendor to provide that functionality at no additional cost to the State. Vendor’s obligation under this requirement will continue for each module of the Vendor’s software until that module is implemented in the State’s production environment. Vendor will be required to compensate the State in an amount equivalent to the cost of any change order required by the State’s Implementation Vendor to provide that functionality.

6.10 The software ‘fit’ as indicated by the Vendor’s response in DD2 must be met through the Vendor’s core software product or integrated third-party COTS products.

6.11 The State has included the Standard Contract in Exhibit A of the RFP and will begin contract negotiations with the awarded Vendor based on that Standard Contract and Vendor’s exceptions as documented in the Proposal Exception Summary. As such, Vendor is specifically disallowed from taking exception to the Standard Contract in its entirety.

6.12 As part of the software license agreement, the Vendor must also install and certify, under terms mutually agreed to by the State and the Vendor, the software on the State’s infrastructure.

6.13 In addition to an executed software license agreement, Vendor must have a signed escrow agreement in place before any work begins or products are delivered. Vendor shall maintain copies of the source code for all core software products for which it is the primary owner in escrow with an escrow company pre-approved by the State. The Vendor shall pay all fees associated with placing and maintaining the source code in escrow. If for any reason during the term of the agreement the Vendor becomes unable to fulfill its obligations as described therein, the Vendor agrees to deliver the source code held in escrow to the State. In the event that the Vendor fails to deliver the source code in a timely manner, as determined by the State, the State may obtain the source code directly from the escrow company. Any third-party software comprising a significant portion of the overall software solution may also be subject to this escrow provision.

Page 40: RFP No. 3598.doc

6.14 All contractual issues must be successfully negotiated within thirty (30) working days from the Vendor’s initial receipt of the project contract from ITS, unless ITS consents to extend the period. Failure to complete negotiations within the stated time period constitutes grounds for rejection of the Vendor’s response to this RFP. ITS may withdraw the proposal award and begin negotiations with the next ranked Vendor immediately or pursue any other option.

6.15 The State desires to award this RFP to a Vendor or Vendors with whom there is a high probability of establishing a mutually agreeable contract, substantially within the standard terms and conditions of the State's RFP, including the Standard Contract in Exhibit A. As such, Vendors whose proposals, in the sole opinion of the State, reflect a substantial number of material exceptions to this RFP, may place themselves at a comparative disadvantage in the evaluation process or risk disqualification of their proposals. This requirement will be strictly enforced, and the State will withdraw the proposal award and begin negotiations with the next ranked Vendor, if necessary.

7. Mandatory Software Requirements

7.1 The specifications in this section of this RFP are MANDATORY. Vendors shall not take exception to the mandatory requirements in this section. Proposals that do not meet all mandatory requirements are subject to immediate disqualification, at the sole discretion of the State.

7.2 Vendors may respond “ACKNOWLEDGED” to this section in its entirety.

7.3 The State has established minimum levels of software scalability and defined public sector installation requirements that must be met by a proposing Vendor.

7.3.1 Software Scalability - Vendor’s proposed software solution must include one or more Financial or Procurement or Human Resource or Payroll components that have been in production in a large public sector organization for at least twelve (12) months as of the proposal due date. A large public sector organization is defined as having an annual budget (including all sources of funds – state, federal, other) in excess of $10 billion (for financial or procurement components) or more than 5,000 employees (for human resources or payroll components). Although a Vendor may meet the scalability requirement on the basis of only one of the specified software components, each Vendor’s proposed software solution must include all components of functionality specified in the MAGIC project scope (i.e., financial, procurement, human resources, and payroll functionality). Solutions that do not include all four components will be rejected without further consideration.

7.3.2 Public Sector Installation - For purposes of meeting the mandatory scalability requirement stated above, a public sector organization is defined as a federal agency, state government or state agency, county

Page 41: RFP No. 3598.doc

government, or city government within the fifty (50) United States of America. For purposes of this RFP, colleges, universities, or not-for-profit organizations are excluded from this definition.

8. How to Respond to Decision Director® Requirements

8.1 Specifications for this RFP have been uploaded into Decision Director® (“DD2”), a secure, web-based team collaboration system provided by Advantiv Solutions, LLC. Vendor responses to these specifications must be collected and processed via Advantiv’s DD2 RFP Response Management system (DD2). Vendors not responding to the specifications via DD2 will be disqualified. The specifications are also available in .PDF format on the Information Technology Services website http://www.its.ms.gov/rfps/rfps_awaiting.shtml. The .PDF format is solely provided to facilitate Vendor review prior to gaining access to the DD2 system, not as a vehicle for responding.

8.2 Each proposing Vendor will be required to contact Advantiv and request their secure, on-line response environment within the DD2 system. ALL OTHER INQUIRIES RELATED TO THE RFP MUST BE DIRECTED TO THE STATE CONTACT IDENTIFIED IN THE RFP. Advantiv Solutions will provide each Vendor with Login Ids and all necessary instructions within one business day of contact. Advantiv can be reached via email at [email protected]. The DD2 Vendor response environment will be available to each Vendor upon completion of the activities listed in this section. Vendor access to DD2 will end in accordance with the due date/time for submission of proposals listed in Section VII, Item 9 – Calendar of Events.

8.3 Two primary Columns (or fields) will be used by the Vendor to respond to detailed Functional requirements in DD2: Support and Source.

8.3.1 All DD2 Functional requirements will require a response in both columns in order to be considered responsive.

8.3.2 While the DD2 environment provides Optional Narrative, Notes, and other miscellaneous fields for additional information, the State will not evaluate any information provided in these fields.

8.3.3 SUPPORT - The “Support” selection identifies whether support for the requirement can be met through proposed standard software. Four Vendor selection options are available for “Support” reflecting:

Valid Values DefinitionStandard Vendor selects “Standard” if the requirement can be satisfied

through the normal and expected (“out of the box”) configuration of the proposed software by a trained, functionally-oriented individual.

Page 42: RFP No. 3598.doc

Valid Values DefinitionCustomization Vendor selects “Customization” if the requirement cannot be

satisfied by the proposed software through normal and expected configuration, but can be achieved with some reasonable level of customization effort on the part of the integration services provider or through a third party solution integrated with the core product. For example, the effort may include the introduction of custom code to the Vendor’s core product, or it may entail the creation or modification of a report or query using the Vendor’s proposed query and reporting tool. Modifications to the Vendor’s core product may or may not be compatible with future releases of the Vendor’s product.

None Vendor selects “None” if the requirement cannot be satisfied in a technically or economically feasible manner.

Unknown Vendor may select “Unknown” during the course of their response effort as a reminder to do some additional research to determine the correct answer. Items answered with “Unknown” should be resolved prior to the due date of the RFP response. If any column is left as “Unknown”, the requirement will be evaluated as “None”.

8.3.4 SOURCE - The “Source” selection identifies the particular software module that is used for meeting the requirement as part of the proposed solution. Four Vendor selection options are available for “Source”:

Valid Values Source of Support for RequirementBase System* Vendor selects “Base System” if a module of the standard

proposed ERP software suite (General Ledger, Accounts Payable, Purchasing, HR/Payroll Administration) satisfies the requirement. This means the module is included in the core software offering that is owned by the proposing Vendor.

3rd Party Application

Vendor selects “3rd Party Application” if a third-party software module satisfies the requirement.

Not Available Vendor selects “Not Available” if the requirement cannot be met by the normal and expected configuration of the proposed software version. If the Vendor selected “Customization” or “None” in the “Support” column, “Not Available” must be selected here.

Unknown Vendor may select “Unknown” during the course of their response effort as a reminder to do some additional research to determine the correct answer. Items answered with “Unknown” should be resolved prior to the due date of the RFP response. If any column is left as “Unknown”, the requirement will be evaluated as “Not Available”.

Page 43: RFP No. 3598.doc

*For any requirement designated as “Base System,” Vendor must also specify the name of the module providing this functionality. See Item 8.5.3 below for information on providing a list of available modules to Advantiv.

8.4 One primary Column (or field) will be used by the Vendor to respond to detailed Technical requirements in DD2: Support.

8.4.1 All DD2 Technical requirements will require a response in the column in order to be considered responsive.

8.4.2 While the DD2 environment provides Optional Narrative, Notes, and other miscellaneous fields for additional information, the State will not evaluate any information provided in these fields.

8.4.3 SUPPORT - The “Support” selection identifies whether support for the requirement can be met through proposed standard software. Four Vendor selection options are available for “Support” reflecting:

Valid Values DefinitionWill Comply Vendor’s proposed solution will comply with this

specification. Exception Vendor’s proposed solution will not comply with

this specification.Unknown Vendor may select “Unknown” during the course of

their response effort as a reminder to do some

Page 44: RFP No. 3598.doc

Valid Values Definitionadditional research to determine the correct answer. Items answered with “Unknown” should be resolved prior to the due date of the RFP response. If any column is left as “Unknown”, the requirement will be evaluated as “Exception”.

8.5 There are several actions that are required of responding Vendors in order to ensure that DD2 is properly configured for their responses to be recorded:

8.5.1 Obtain a Copy of DD2 - Vendor must contact Advantiv to request client software for loading DD2.

8.5.2 Provide a list of authorized individuals - Vendor must provide Advantiv with a list of authorized individuals who are to be given Login Ids and passwords.

8.5.3 Provide a list of Source Column Values and Categories –Vendor must provide module names for its proposed software solution to Advantiv to allow reviewers to know exactly which module provides the functionality. Module names must be listed on the spreadsheet provided by Advantiv.

8.5.4 Respond to requirements and submit responses prior to the proposal submission deadline. See Section VII, Item 9 – Calendar of Events.

9. Calendar of Events

9.1 The following schedule represents the State's best estimate of the anticipated schedule that will be followed. Unless otherwise specified, the time of day for the following events will be between 8:00 a.m. and 5:00 p.m., Central Time.

9.2 The State reserves the right, at its sole discretion, to adjust this schedule as it deems necessary. The State will communicate any substantive adjustment to the RFP Calendar of Events on the ITS website.

EVENT DATE

1. First Advertisement Date for RFP Tuesday, December 8, 2009

2. Second Advertisement Date for RFP Tuesday, December 15, 2009

3.Receipt of special accommodation needs request for disabled individuals who will attend the Pre-Proposal Conference

Monday, January 4, 20102:00 PM Central Time

Page 45: RFP No. 3598.doc

EVENT DATE

4. Mandatory Vendor ConferenceThursday, January 7, 201010:00 AM Central Time

5. Deadline for Receipt of Written InquiriesTuesday, January 19, 2010 5:00 PM Central Time

6.Deadline for State to Post Final Responses to Written Inquiries on the ITS website

Tuesday, February 16, 2010

7.Submission of System Requirements Response via DD2 Response Manager (Closing Date)

Monday, March 15, 20103:00 PM Central Time

8. Proposal Submission Deadline (Closing Date)Monday, March 15, 20103:00 PM Central Time

9.Notification of Vendors Selected for Software Demonstrations

April 2010

10. Software Demonstrations April/May 2010

11. MAGIC Task Force Review and Approval To Be Determined

12. MAGIC Steering Committee Review and Approval To Be Determined

13. Presentation to ITS Board To Be Determined

14. Contract Negotiations To Be Determined

15. Software Installation and Certification To Be Determined

10. Narrative Section

10.1 The Vendor must clearly address the subject areas listed in items 10.4 through 10.8 in a narrative form.

10.2 Proposals must be succinct and not exceed the maximum page counts defined below, excluding Attachment materials. Proposals that exceed the established maximum page limit per section may not have the additional pages of the proposal read or considered. All parts, pages, figures, and tables should be numbered and each section clearly labeled. Page numbering should be restarted at

Page 46: RFP No. 3598.doc

page one for each section. All proposals shall be printed on 8 1/2” x 11” paper with a minimum font size of 12.

10.3 The Vendor is encouraged to print/copy on both sides of a single sheet of paper wherever applicable (if sheets are printed on both sides, it is considered to be two pages). Color is acceptable, but content should not be lost by black and white printing or copying

10.4 Executive Summary (Maximum Length = 5 pages)

The Vendor shall provide the following:

10.4.1 A brief description of the company size, financial stability, years in business, research and development budget/program and organizational structure as it relates to software sales, support/maintenance, professional services, and industry verticals.

10.4.2 A list of specific State, Local, and Federal government organizations where the Vendor’s ERP software product is in a “live” or production environment as the official, financial book of record for the government entity, and/or the customer uses the product’s Human Resources functionality as its official employee record of the government entity. The date of initial go live (for Finance, Procurement, and Human Resources) must be included.

10.4.3 A list of implementations and dates where the proposed third party software has been implemented with the ERP based software

10.4.4 An explanation of the software licensing model upon which costs have been based.

10.4.5 A statement that the Vendor(s) responded to RFP Specifications via Advantiv’s DD2 RFP Response Management system, and that the responses provided are complete, accurate and final.

10.5 Proposed Software Solution (Maximum Length = 25 pages)

The Vendor shall provide the following:

10.5.1 A description of the proposed software modules, their release number and date, and next planned/projected release number and date.

10.5.2 How the proposed solution has been tailored for public sector customers.

10.5.3 Key differentiators of the proposed solution.

Page 47: RFP No. 3598.doc

10.5.4 How functionality is integrated across the proposed solution ensuring single data entry points and consistent, non-duplicated information across all functional modules, as well as how data integrity is ensured.

10.5.5 System interface capabilities including interface tools and/or open architectures to support inbound/outbound interfaces.

10.5.6 How the implementation of the proposed software solution will leverage the State’s existing Data Center Infrastructure as detailed in the following website link http://www.its.ms.gov/docs/infrastructure_architecture_plan.pdf. This discussion should include system architecture alternatives, proposed platforms and recommendations.

10.5.7 Describe three distributed systems architecture solutions that address the technology requirements of the proposed software and provide contact information for public sector or commercial customers using each of the recommended architectures. The State desires that one of the 3 approaches includes the use of LINUX under zVM. Description should include capacity estimates with growth factors for:

10.5.7.1 processor performance requirements

10.5.7.2 processor memory requirements

10.5.7.3 storage requirements

10.5.7.4 concurrent users

10.5.8 The State plans to acquire the hardware as a separate procurement using ITS’ existing Procurement Instruments. While the Vendor should not include hardware cost in their cost proposal, the Vendor must specify what hardware is required to accommodate their proposed solution.

10.5.9 The State anticipates deployment of an enterprise Microsoft Active Directory structure before the ERP implementation begins and desires to utilize this structure. Describe how the proposed ERP solution can leverage Microsoft Active Directory to manage security and achieve single-sign on to applications. Also describe how this can be leveraged to support the various requirements for self service.

10.5.10 The Installation Strategy and Plan for installing and certifying the proposed software solution on the State’s Data Center Infrastructure.

10.5.11 The Vendor should describe its upgrade strategy for the proposed software, an overview of its upgrade strategy, what support capabilities and tools are provided to facilitate the upgrade process, and the number of software versions that are currently supported. The Vendor should

Page 48: RFP No. 3598.doc

also explain how its upgrade process impacts user defined fields, user defined tables, and software customizations. If third party applications are proposed, the explanation needs to describe impacts if either the ERP application software or the third party application is upgraded, and support responsibilities for each software product.

10.5.12 The Vendor must explain the methodology for ensuring the proposed solution, including third party products, remains compatible with operating system (OS) and database (DBMS) platform release levels. This explanation must include a description of the Vendor’s regression testing strategy for the proposed solution as it relates to:

10.5.12.1 Operating system security updates published by the OS Vendor

10.5.12.2 Operating system software updates published by the OS Vendor

10.5.12.3 Database security updates published by the DBMS Vendor

10.5.12.4 Database software updates published by the DBMS Vendor

10.5.13 The name and a functional description of any proposed third party software modules including licensing, support, upgrade strategy, integration details, and any technical architecture considerations.

10.5.14 The State must maintain a verifiable, retrievable audit trail of system transactions and table changes. The Vendor should describe the ERP’s audit trail functionality. This description should include State configurable options for logging transactions and table changes, details of information tracked (e.g., user, date/time, previous value), archival restrictions/rules, and any system performance-related considerations or other restrictions.

10.5.15 The State is interested in electronic workflow processes for key business transactions based on configurable business rules and supporting alerts and notifications. The Vendor should describe any out-of-the-box workflow capabilities and explain how additional workflows can be configured.

10.5.16 Technology features of the software including (one to two paragraphs per item):

10.5.16.1 Modular integration;

10.5.16.2 Web-based architecture and network technology;

Page 49: RFP No. 3598.doc

10.5.16.3 Reliance on best business practices;

10.5.16.4 Development toolsets;

10.5.16.5 Document management capabilities; and

10.5.16.6 Reporting and business intelligence tools.

10.5.17 The Vendor must describe its proposed data warehouse solution. (See Exhibit D for a description of Mississippi’s current data warehouse capabilities.) Include in the explanation the following (at a minimum):

10.5.17.1 Explain how the data warehouse is populated with data from the ERP system (i.e. Financial and HR/Payroll data).

10.5.17.2 Explain how data from other non ERP systems can be added to the data warehouse.

10.5.17.3 Specifically, explain how data from a Natural and Construct mainframe application can be added to the data warehouse.

10.5.17.4 Provide a description of each of the reporting, data mining, and decision support tools that are proposed.

10.5.17.5 Describe how the data warehouse proposed will address the needs of the public access user and casual user and include how user security access to data is implemented.

10.6 Financial and Statistical Data Structure (Maximum Length = 5 pages)

The Vendor shall provide the following:

10.6.1 The State employs a number of data elements used to establish a financial data structure for tracking and reporting. The State is seeking to expand the number of financial data elements to include the ability to report statistical information and to enhance cost allocation functionality across organizational entities. Exhibit F describes current and desired data elements for the State’s data structure.

10.6.2 Explain how your proposed solution will accommodate the State’s desired data structure. Recommend a chart of account schema, and describe how it might be implemented to provide flexible reporting of financial and statistical information at the various data element levels. Describe how data elements may be added and associated edits applied.

10.6.3 The Vendor should address how certain elements of the schema can be configured to be required, while other data elements can be configured for optional agency-level use. The explanation should include the ability

Page 50: RFP No. 3598.doc

to dynamically group financial data structure elements for financial reporting (e.g.; CAFR).

10.7 Customer Support (Training, Maintenance, Support) (Maximum Length = 5 pages)

The Vendor shall provide the following:

10.7.1 Software training information to include:

10.7.1.1 Project Team Functional and Technical Training

10.7.1.1.1 Class/course descriptions

10.7.1.1.2 Recommendation by project team role

10.7.1.1.3 Course duration in days

10.7.1.2 Onsite and offsite training options

10.7.1.3 Only provide associated cost information in the Cost Information Submission – do not provide in this section of the response.

10.7.2 Description of the single, recommended maintenance and support plan included in the proposed solution including general services level commitments offered under the standard support agreement. If alternative options exist defining “levels” of customer support (e.g., platinum, gold, silver) describe those additional alternatives. Maintenance and support information should outline the following:

10.7.2.1 Telephone support (toll free support hotline, hours of operation, availability of 24x7x365 hotline),

10.7.2.2 Online support (e.g. “web chat”, ability to submit and check status of issues, remote dial in, web site access to patches, fixes and knowledge base),

10.7.2.3 Problem reporting and resolution procedures (e.g., severity levels and response time);

10.7.2.4 Procedures for bug fixes and patches;

10.7.2.5 Delivery of product enhancements and patches;

10.7.2.6 Availability of user groups and conferences;

10.7.2.7 Only provide associated cost information for the recommended maintenance and support plan in the Cost

Page 51: RFP No. 3598.doc

Information Submission – do not provide in this section of the response.

10.8 Transportation-Specific Functionality (Maximum Length = 10 pages)

10.8.1 The Mississippi Department of Transportation (MDOT) currently operates an agency specific Financial Management System (FMS). While the State is requiring MDOT to participate as described in Exhibit E, in the implementation of MAGIC’s financial modules, the State recognizes that departments of transportation have unique requirements above those of general state government agencies. This uniqueness is driven by the Federal Highway Administration (FHWA) reporting requirements. These requirements include, but are not limited to, burdened labor rates, crew timesheets, FHWA federal obligation limitation types, equipment usage calculation, geographic location, managing federal appropriations, splitting transactions among multiple federally funded projects, and automated interfaces with FHWA and other federal systems.

10.8.2 MDOT’s FMS system currently is also fully interfaced to multiple internal business enterprise systems including, but not limited to:

10.8.2.1 Materials Testing System

10.8.2.2 Contractors Estimate System

10.8.2.3 Auction System (asset disposal)

10.8.2.4 Project Management System (construction projects, highways, bridges, etc.)

10.8.2.5 Maintenance Management System (road and bridge repairs)

10.8.2.6 Parcel Tracking System

10.8.2.7 Motor Pool System

10.8.2.8 Central Supply System

10.8.2.9 Equipment Management System

10.8.3 The Vendor should explain how the proposed ERP software can interface to these enterprise systems. Please include in your explanation a description of how your proposed system would accommodate interfacing and integration with other applications in a flexible and scalable manner.

Page 52: RFP No. 3598.doc

10.8.4 The Vendor should also describe whether the functionality identified above can be addressed without customization by the proposed ERP solution. This is for information only.

10.8.5 The Vendor should also identify all state Departments of Transportation using or interfacing with the Vendor’s financial modules in a production environment including:

10.8.5.1 Name of State and Transportation Agency

10.8.5.2 Contact Name, Title, and Telephone Number

10.8.5.3 Type of Implementation

10.8.5.3.1 Transportation Agency operates its own ERP.

10.8.5.3.2 Transportation Agency uses the statewide ERP.

10.8.5.3.3 Transportation Agency’s financial system is interfaced with the statewide ERP.

10.8.5.4 Financial system modules being used by the Transportation Agency along with any other system applications being used to support the financial system application

10.8.5.5 Length of time using the ERP in a production environment

11. Software Modules Proposed

11.1 The Vendor must complete the following tables for the proposed solution:

FinanceFunctional Area Vendor Module

NameManufacturer Version Date Available

Accounts Payable Accounts Receivable Budget ControlBudget Development Cash Management Cost Allocation General LedgerGrant Accounting Project Accounting

Page 53: RFP No. 3598.doc

ProcurementFunctional Area Vendor Module

NameManufacturer Version Date Available

Asset Management Bid SolicitationContract ManagementFleet ManagementInventoryPurchasingSurplus Property

Grants ManagementFunctional Area Vendor

Module NameManufacturer Version Date Available

Agency Funding Sources Announcement and SolicitationApplication and AwardAuditCloseout Financial ManagementGeneral Grants ManagementInterfaces Monitor ActivityReporting

HR/PayrollFunctional Area Vendor

Module NameManufacturer Version Date Available

Benefits AdministrationClass CompensationPayroll AdministrationPersonnel AdministrationPosition ControlRecruitment Self ServiceTime ReportingTraining

Page 54: RFP No. 3598.doc

12. Overview of Evaluation Process and Scoring Methodology

12.1 Proposal Validation -- Proposals will be reviewed to ensure all specifications have been properly addressed, furnishing the information needed to facilitate a proper technical, financial, and background evaluation. In the situation where the State requires clarifications, the Vendor may be contacted and given the opportunity to remedy at the State’s sole discretion. Proposals that do not adhere to the specifications, contain consistently vague responses, or omit essential information will be disqualified from further evaluation.

12.2 Functional/Technical Evaluation - The evaluation team, consisting of staff from the Department of Finance and Administration, Information Technology Services and other State agency SMEs will use any or all of the following categories in developing a scoring mechanism for this RFP prior to the receipt of proposals:

12.2.1 Functional Requirements

12.2.2 Technical and General Requirements

12.2.3 Vendor Qualifications and References

12.2.4 Vendor Demonstrations

12.2.5 Warranty, Maintenance, and Support

12.2.6 Installation Strategy and Plan

12.2.7 Cost

12.2.8 Value-Add

12.3 Each category included in the scoring mechanism is assigned a weight between one (1) and 100. The sum of all categories, other than Value-Add, will equal 100 possible points. Value-Add is defined as product(s) or service(s), exclusive of the stated functional and technical requirements and provided to the State at no additional charge, which, in the sole judgment of the State, provide both benefit and value to the State significant enough to distinguish the proposal and merit the award of additional points. A Value-Add rating between 0 and 5 may be assigned based on the assessment of the evaluation team. Value-added points will be added to the total score.

12.4 All information provided by the Vendors, as well as any other information available to evaluation team, will be used to evaluate the proposals at the sole discretion of the State.

12.5 Reference checks will be performed during the evaluation process. Additionally, the State, at its sole discretion, may seek further information about Vendor proposals as needed. Vendors may be asked to provide written clarification(s)

Page 55: RFP No. 3598.doc

regarding their proposals, at the State’s sole discretion. In the course of seeking additional information, the State will control all discussions and attempt to resolve any uncertainties concerning a Vendor’s Proposal.

12.6 Proposals that meet less than 75% of the non-cost requirements (referred to as the Demonstration Gate), exclusive of cost and added value, may be eliminated from further consideration. The rationale follows that offerings that do not substantially meet requirements do not merit consideration, regardless of pricing advantages or discounts offered by the Vendor.

12.7 Vendors achieving a Demonstration Gate may be requested to perform an on-site demonstration. The demonstrations may also include discussions with any Vendor for the purpose of clarification or amplification of information presented in any part of the proposal. Although on-site demonstrations may be requested, they will not be accepted in lieu of a written proposal.

12.8 Vendors should be prepared to make their onsite demonstrations within ten business days of notification. Demonstrations will be made in Jackson, Mississippi at a location to be determined by DFA and will be conducted at no cost to the State. Vendors selected for software demonstrations must agree to be available on dates specified by the State. The State reserves the right to reject any proposal, or to give greater consideration to other proposals, where the Vendor fails to be available for specified dates. The State will provide an agenda, instructions, and demonstration scripts when invitations are issued.

12.9 Following the Vendor demonstrations, the evaluation team will reassess the proposal and revise scoring as necessary to reflect the information gained in the demonstrations. Scores may be adjusted at the specification or module level at the State’s sole discretion.

12.10 In a separately sealed envelope that is clearly marked with Vendor’s Name and “Cost Proposal in Response to RFP 3598 – Do Not Open”, the Vendor must include ten hardcopy Cost Information Submission forms (Section VIII). One cost information submission form must be clearly marked as the original. Also in the same envelope, the Vendor must submit ten CDs, each containing an electronic copy of the cost information submission in PDF and Microsoft Excel. In the event of the Vendor’s disqualification, the State may return the cost information submission envelope unopened.

12.11 Cost Evaluation - After scoring adjustments based on Vendor demonstrations, and clarifications are applied, the evaluation team may open and evaluate cost proposals for Vendors still in a competitive range. Proposals from Vendors not in a competitive range after adjustments based on Vendor demonstrations and clarifications may, at the State’s sole discretion, be eliminated from further consideration. Once costs are opened and evaluated, any proposal where the costs are not in competitive range may also be eliminated from further consideration at the State’s sole discretion. The cost scores will be calculated using ITS’ standard

Page 56: RFP No. 3598.doc

cost formula detailed in 12.12 below. Life-cycle cost will include software licenses for all ERP modules, database software, system tools, and five years of maintenance and support. All of these costs must be included in Section VIII, Cost Information Submission.

12.12 The cost score is computed as a ratio of the difference between a given proposal's lifecycle cost and the lifecycle cost of the lowest valid proposal. The following cost scoring formula is used for every proposal evaluation:

Points awarded for cost = (1-((B-A)/A))*nWhere: A = Total lifecycle cost of lowest valid proposalB = Total lifecycle cost of proposal being scoredn = number of points allocated to cost for this procurement

In simpler terms, lowest price gets a perfect score. A proposal that is 20% more expensive than the lowest priced offering gets 20% fewer points.

12.13 When the above formula would result in a negative cost score (i.e. the lifecycle cost of the proposal being scored is more than twice that of the lowest valid proposal), the cost score is set to zero, rather than deducting points from the Vendor's score.

12.14 Final Evaluation - The cost and technical scores plus any potential added value points will be combined to render Vendors’ final scores. The State intends to make the contract award to the lowest and best Vendor whose proposal meets the evaluation criteria. The Evaluation Committee will be instructed to consider all information contained in the initial proposals, Best And Final Offer (BAFO) responses (if requested), information obtained from references, site visits, onsite demonstrations, and any other information obtained during this procurement process

12.15 Site Visits - At the State’s option, Vendors who remain within a competitive range must be prepared to host a demonstration at an accepted reference site with an operating system similar in size and complexity to that being proposed. Site visit must be conducted within fifteen calendar days of notification. Vendors must identify in their proposal potential reference systems that would be amenable to hosting a visit by the evaluation committee. Following the site visit, the evaluation team will reassess the proposal and revise scoring as necessary to reflect the information gained in the visit. Scores may be adjusted at the specification or module level at the State’s sole discretion.

13. Additional Requirements

13.1 ITS acknowledges that the specifications within this RFP are not exhaustive. Rather, they reflect the known requirements that must be met by the proposed

Page 57: RFP No. 3598.doc

system. Vendors must specify, here, what additional components may be needed and are proposed in order to complete each configuration.

Page 58: RFP No. 3598.doc

RFP No.: 3598Section VIII: Cost Information Submission

Project No.: 37635Revised: 10/1/2009

SECTION VIIICOST INFORMATION SUBMISSION

1. Instructions for Completing Section VIII, Cost Information Submission

13.2 The Cost Information Submission is provided for download from the ITS website at http://www.its.ms.gov/rfps/3598.shtml

13.3 Vendors MUST download the file “Section VIII 3598cost.xls” and complete the spreadsheet.

13.4 In a separately sealed envelope that is clearly marked with Vendor’s Name and “Cost Proposal in Response to RFP 3598 – Do Not Open”, the Vendor must include ten hardcopy Cost Information Submission forms (Section VIII). One cost information submission form must be clearly marked as the original. Also in the same envelope, the Vendor must submit ten CDs, each containing an electronic copy of the cost information submission in PDF and Microsoft Excel. In the event of the Vendor’s disqualification, the State may return the cost information submission envelope unopened.

13.5 Any cost not listed in the Cost Information Submission spreadsheet may result in the Vendor providing those products or services at no charge to the State or face disqualification.

Page 59: RFP No. 3598.doc

RFP No.: 3598Section IX: References

Project No.: 37635Revised: 10/1/2009

SECTION IXREFERENCES

The Vendor must complete the Reference Forms in accordance with the instructions below.

1. References

13.6 The Vendor must provide at least three (3) references for implementations of the Vendor’s Base ERP software that the State may contact. Forms for providing reference information are included on the following pages. All information shown on the Reference Forms must be completed. The Reference Contact must be a representative of the client’s organization for which the Base ERP software was installed. The Vendor must make arrangements in advance with the Reference Contact so that the individual may be contacted at the State's convenience without further clearance or Vendor intercession. Failure to provide this information in the manner described may subject the Vendor’s proposal to an unfavorable evaluation or even disqualification at the State’s sole discretion.

13.7 References must be based on the Vendor’s Base ERP software product. Only one reference may be provided for a given software implementation. All references must have the ERP software currently in production as of the proposal due date. The Reference Contact must be able to substantiate information from both a management and technical viewpoint:

13.7.1 One reference must be provided for a software installation that meets the mandatory software requirements described in Section VII, Item 7.3.1.

13.7.2 One reference must be provided for a software installation where all of the Base ERP modules (i.e., Finance, Procurement, Human Resources, Payroll) have been implemented.

13.7.3 One reference must be provided for a software installation where the Finance and Procurement Base ERP modules have been implemented together.

Page 60: RFP No. 3598.doc

RFP No.: 3598Section IX: References

Project No.: 37635Revised: 10/1/2009

REFERENCE FORM

Organization Name:

Contact Name and Title:

Contact Street Address:

Contact State: Contact Zip Code:

Contact Phone Number:

Contact Email Address:

Project Start Date: Project End Date:

Provide a description of the organization’s size (e.g., users, annual budget) that is using the Vendor’s base ERP software .

Page 61: RFP No. 3598.doc

RFP No.: 3598Section IX: References

Project No.: 37635Revised: 10/1/2009

The Vendor should complete the following information for each of the modules purchased and installed by the reference organization: Complete the date (MM/YY) the module was implemented in production. Indicate whether the module was implemented from the Vendor’s Base ERP software or a 3rd Party Software product. If a 3rd Party Software product was implemented, indicate the software’s Vendor and module name. If the Vendor’s Base ERP software was implemented, enter the specific module name and version number. The Vendor should also list any additional modules on the blank rows.

Financial ModulesModule Name Date

ImplementedCheck One: 3rd Party Software

Name (if applicable)Vendor’s ERP Module

Name (if applicable)Base System 3rd PartyAccounts PayableAccounts ReceivableBudget ControlBudget DevelopmentCash ManagementCost AllocationGeneral LedgerGrant AccountingProject Accounting

HR/Payroll ModulesModule Name Date

ImplementedCheck One: 3rd Party Software

Name (if applicable)Vendor’s ERP Module

Name (if applicable)Base System 3rd PartyBenefits AdministrationClass CompensationPayroll AdministrationPersonnel

Page 62: RFP No. 3598.doc

RFP No.: 3598Section IX: References

Project No.: 37635Revised: 10/1/2009

HR/Payroll ModulesModule Name Date

ImplementedCheck One: 3rd Party Software

Name (if applicable)Vendor’s ERP Module

Name (if applicable)Base System 3rd PartyAdministrationPosition ControlRecruitmentSelf-ServiceTime ReportingTraining

Procurement ModulesModule Name Date

ImplementedCheck One: 3rd Party Software

Name (if applicable)Vendor’s ERP Module

Name (if applicable)Base System 3rd PartyAsset ManagementBid SolicitationContract ManagementFleet ManagementInventoryPurchasingSurplus Property

Page 63: RFP No. 3598.doc

RFP No.: 3598Section IX: References

Project No.: 37635Revised: 10/1/2009

Grants Management ModulesModule Name Date

ImplementedCheck One: 3rd Party Software

Name (if applicable)Vendor’s ERP Module

Name (if applicable)Base System 3rd PartyAgency Funding SourcesAnnouncement/ SolicitationApplication and AwardAuditCloseoutFinancial ManagementGeneral Grants ManagementInterfacesMonitor ActivityReporting

Page 64: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

EXHIBIT ASTANDARD CONTRACT

A properly executed contract is a requirement of this RFP. After an award has been made, it will be necessary for the winning Vendor to execute a contract with ITS. The inclusion of this contract does not preclude ITS from, at its sole discretion, negotiating additional terms and conditions with the selected Vendor(s) specific to the projects covered by this RFP.

If Vendor cannot comply with any term or condition of this Standard Contract, Vendor must list and explain each specific exception on the Proposal Exception Summary Form included in Section V.

PROJECT NUMBER 37635SOFTWARE LICENSE AND MAINTENANCE AGREEMENT

BETWEENINSERT VENDOR NAME

ANDMISSISSIPPI DEPARTMENT OF INFORMATION TECHNOLOGY SERVICES

AS CONTRACTING AGENT FOR THEMISSISSIPPI DEPARTMENT OF FINANCE AND ADMINISTRATION

This Software License and Maintenance Agreement (hereinafter referred to as “Agreement”) is entered into by and between INSERT VENDOR NAME, a INSERT STATE OFINCORPORATION corporation having its principal place of business at INSERT VENDORSTREET ADDRESS (hereinafter referred to as “Licensor”), and Mississippi Department of Information Technology Services having its principal place of business at 301 North Lamar Street, Suite 508, Jackson, Mississippi 39201 (hereinafter referred to as “ITS”), as contracting agent for the Mississippi Department of Finance and Administration located at 501 North WestStreet, Suite 1201, Jackson, Mississippi 39201 (hereinafter referred to as “Licensee”). ITS and Licensee are sometimes collectively referred to herein as “State.”

WHEREAS, Licensee, pursuant to Request for Proposals (hereinafter referred to as “RFP”) Number 3598, requested proposals for the acquisition of software and services necessary for the implementation of a fully integrated enterprise resource planning software solution, as described in the RFP; and

63

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 65: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

WHEREAS, Licensor was the successful proposer in an open, fair, and competitive procurement process to provide the software and services described herein;

NOW THEREFORE, in consideration of the mutual understandings, promises, consideration, and agreements set forth, the parties hereto agree as follows:

ARTICLE 1 DEFINITIONSThe following terms as used herein shall have the following meanings:1.1 “Authorized User” means the governmental agencies, educational institutions, and governing authorities of the State of Mississippi, as well as their agents and representatives, who are authorized to use the Software modules pursuant to the terms and conditions of this Agreement.

1.2 “Certify”/“Certification” means the Software has been installed and validated by Licensor to be operational in the State’s environment in conformance with the Licensor’s standard Documentation.

1.3 “Documentation” means the published user and technical manuals and documentation that Licensor makes generally available for the Software.

1.4 “Enhancements” means the fixes, updates, upgrades, or new versions of the Software or Documentation that Licensor may provide to Licensee under this Agreement.

1.5 “Licensee” means the Mississippi Department of Finance and Administration, its employees, and any third party consultants or Outsourcers engaged by Licensee who have a need to know and who shall be bound by the terms and conditions of this Agreement.

1.6 “Licensor” means INSERT VENDOR NAME and its successors and assigns.

1.7 “Products” means the Software, Documentation, Enhancements, and any copy of the Software, Documentation, or Enhancements.

1.8 “Services” as used in this Agreement means the installation, training, maintenance, technical support, and help desk services provided by Licensor to Licensee hereunder.

1.9 “Software” means the machine-readable object code and source code versions of the computer programs described in and specifically identified in the attached Exhibit A, whether embedded on disc, tape, or other media, and all Enhancements thereto.

ARTICLE 2 TERM OF AGREEMENT64

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 66: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

2.1 The effective date of this Agreement shall be the date it is signed by all parties and, provided that Licensee has paid all applicable fees, its term is perpetual, unless terminated as prescribed elsewhere in this Agreement. The Products must be delivered, installed, and Certified on the State’s infrastructure, and other tasks required under this Agreement, with the exception of warranty service or software maintenance, completed within the timeframe mutually agreed upon by Licensor and Licensee. Software, as used herein, also includes future updates/revisions and new releases of the Software that Licensor may provide to Licensee under this Agreement. Any subsequent software purchases by Licensee in accordance with Article 5.2 herein, will be subject to separate delivery, installation and certification schedules.

2.2 This Agreement will become a binding obligation on the State only upon the issuance of a valid purchase order by the Licensee, following contract execution and the issuance by ITS of the CP-1 Acquisition Approval Document.

ARTICLE 3 SCOPE OF LICENSELicensor hereby grants to Licensee and all Authorized Users a non-exclusive, non-transferable, and perpetual license to use the Products for Licensee’s business operations subject to the terms of this Agreement. Licensee may license additional Software Products by executing a written amendment to this Agreement and paying an additional license fee.

ARTICLE 4 DELIVERY, RISK OF LOSS, AND ACCEPTANCE4.1 Licensor shall deliver, install, and Certify the Software and Documentation at the location specified by Licensee and pursuant to the delivery schedule mutually agreed to by the parties.

4.2 Licensor shall assume and bear the entire risk of loss and damage to the Products from any cause whatsoever while in transit and at all times throughout Licensor’s possession thereof.

4.3 Licensee shall have thirty (30) calendar days after Certification of the Software by Licensor to evaluate and test the Software to confirm that it performs in accordance with Licensor’s user Documentation. Licensee shall immediately thereafter notify Licensor in writing of any defects in the Software, which must be corrected prior to payment being made. Thereafter, Licensor shall have ten (10) working days in which to either repair or replace the defective Software, all at Licensor’s expense. In the event Licensor is unable to repair or replace the Software, Licensee may terminate this Agreement pursuant to the Termination Article herein. No language contained in this Article shall affect or reduce any obligation or liability of the Licensor under warranty, representation or undertaking made by Licensor in its Proposal submitted in response to RFP No. 3598, or in the Documentation.

ARTICLE 5 CONSIDERATION AND METHOD OF PAYMENT

65

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 67: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

5.1 The cost of the Software and Services to be provided by Licensor is specified in the attached Exhibit A, which is incorporated herein by reference. In no event will the total compensation to be paid hereunder exceed the specified sum of $INSERT AMOUNT, unless prior written authorization from ITS has been obtained. Upon acceptance by Licensee of any Software module listed in Exhibit A, Licensor shall invoice Licensee for that Software module. Licensor shall submit invoices and supporting documentation to Licensee electronically during the term of this Agreement using processes and procedures identified by the State. Licensee shall make payment hereunder in accordance with Mississippi law on “Timely Payment for Purchases by Public Bodies,” Section 31-7-301, et seq. of the 1972 Mississippi Code Annotated, as amended, which generally provides for payment of undisputed amounts by Licensee within forty-five (45) days of receipt of the invoice. Licensor understands and agrees that Licensee is exempt from the payment of taxes. All payments should be made in United States currency. Payments by state agencies using the Statewide Automated Accounting System (“SAAS”) shall be made and remittance information provided electronically as directed by the State. These payments by SAAS agencies shall be deposited into the bank account of the Licensor’s choice. No payment, including final payment, shall be construed as acceptance of defective Products or incomplete work, and the Licensor shall remain responsible for full performance in strict compliance with the contract documents specified in the article herein titled “Entire Agreement.”

5.2 The parties understand and agree that the State's initial purchase will not include all available Software modules listed in Exhibit A. Licensor guarantees all pricing for a period of one (1) year from the effective date of this Agreement. In no event shall the cost for Software modules and any optional toolsets listed on Exhibit A increase by more than two percent (2%) per year thereafter.

ARTICLE 6 OWNERSHIP, USE, AND RESTRICTIONS ON USE6.1 Licensee acknowledges that the underlying intellectual property rights to the Software shall remain the exclusive property of Licensor or the applicable third party software manufacturer. Licensee acknowledges that it has no right to or interest in the Software other than as expressly granted herein. Licensee shall not remove any identification notices affixed to the Software or its packaging.

6.2 Licensee is granted the right to make sufficient copies of the Products to support its use and for archival and disaster recovery purposes. Licensee shall include Licensor’s confidentiality and proprietary rights notices on any copies made of the Products.

6.3 Licensee acknowledges that the Software may include trade secrets and confidential information of Licensor. Neither the Software nor any physical media containing the Software may be used, copied, disclosed, broadcast, sold, re-licensed, distributed, or otherwise published

66

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 68: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

by Licensee except as expressly permitted by this Agreement. Licensee shall use reasonable efforts to maintain the confidential nature of the Software.

6.4 Licensee is granted the right to customize the Software for its use. Licensee may not resell or sub-license the original Software or the customized version.

6.5 Licensee agrees that, except as noted herein, it will not otherwise copy, translate, modify, adapt, decompile, disassemble, or reverse engineer any of the Software without the prior written consent of Licensor.

ARTICLE 7 WARRANTIES7.1 Licensor represents and warrants that it has the right to license the Products provided under this Agreement.

7.2 Licensor represents and warrants that the Products provided by Licensor shall meet or exceed the minimum specifications set forth in RFP No. 3598 and Licensor’s Proposal in response thereto and perform in accordance with Documentation.

7.3 Licensor represents and warrants that all work performed hereunder, including but not limited to training, and Software maintenance, shall be performed by competent personnel and shall be of professional quality consistent with generally accepted industry standards for the performance of such services and shall comply in all respects with the requirements of this Agreement. For any breach of this warranty, the Licensor shall, for a period of ninety (90) days from the performance of service, perform the services again at no cost to the Licensee, or if the Licensor is unable to perform the services as warranted, the Licensor shall reimburse the Licensee the fees paid to the Licensor for the unsatisfactory services.

7.4 Licensor represents and warrants that neither the Software nor Enhancements shall contain disabling code or a lockup program or device. Licensor further agrees that it will not under any circumstances, including enforcement of a valid contract right, (a) install or trigger a lockup program or device, or (b) take any step which would in any manner interfere with Licensee’s licensed use of the Software or Enhancements and/or which would restrict Licensee from accessing its data files or in any way interfere with the transactions of Licensee’s business. For any breach of this warranty, Licensor, at its expense, shall, within twenty-four (24) hours after receipt of notification of the breach, deliver Products to Licensee that are free of such disabling code or a lockup program or device. Should the Licensor fail to respond within such time, Licensor shall pay the Licensee monetary damages in the amount of one percent (1%) of the annual support and license fees in effect per calendar day for every day of delay until such time as the repairs are made.

67

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 69: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

7.5 In addition, Licensor represents and warrants that neither the Software nor Enhancements delivered to Licensee contain a computer virus. For purposes of this provision, a computer virus shall be defined as code intentionally inserted in the Software or Enhancements that will damage or destroy Licensee’s applications or data. For any breach of this warranty, Licensor, at its expense, shall, within twenty-four (24) hours after receipt of notification of the breach, deliver Products to Licensee that are free of any virus and shall be responsible for repairing, at Licensor’s expense, any and all damage done by the virus to Licensee’s site. Should the Licensor fail to respond and effect such repairs within such time, Licensor shall pay the Licensee monetary damages in the amount of one percent (1%) of the annual support and license fees in effect per calendar day for every day of delay until such time as the repairs are made.

7.6 Licensor represents and warrants that the Software will operate free from defects for a period of SPECIFY WARRANTY PERIOD after Certification and will provide Licensee complete functionality necessary for the operation of the system as stated in RFP No. 3598 and the Licensor’s Proposal in response thereto. Licensor’s obligations pursuant to this warranty shall include, but are not limited to, the repair of all defects or the replacement of the Software at the expense of Licensor. The support to be provided, as well as the response times and repair times for such warranty support shall be as stated in the Article herein titled “Warranty and Post Warranty Software Support”. In the event Licensor is unable to repair or replace the Software within the times designated therein, Licensor shall pay the Licensee monetary damages in the amount of one percent (1%) of the annual support and license fees in effect per calendar day for every day of delay until such time as the repairs are made. Licensee’s rights hereunder are in addition to any other rights Licensee may have.

7.7 Licensor represents and warrants that it will ensure its compliance with the Mississippi Employment Protection Act, Section 71-11-1, et seq. of the Mississippi Code Annotated (Supp2008), and will register and participate in the status verification system for all newly hired employees. The term “employee” as used herein means any person that is hired to perform work within the State of Mississippi. As used herein, “status verification system” means the Illegal Immigration Reform and Immigration Responsibility Act of 1996 that is operated by the United States Department of Homeland Security, also known as the E-Verify Program, or any other successor electronic verification system replacing the E-Verify Program. Licensor agrees to maintain records of such compliance and, upon request of the State, to provide a copy of each such verification to the State. Licensor further represents and warrants that any person assigned to perform services hereunder meets the employment eligibility requirements of all immigration laws of the State of Mississippi. Licensor understands and agrees that any breach of these warranties may subject Licensor to the following: (a) termination of this Agreement and ineligibility for any state or public contract in Mississippi for up to three (3) years, with notice of

68

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 70: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

such cancellation/termination being made public, or (b) the loss of any license, permit, certification or other document granted to Licensor by an agency, department or governmental entity for the right to do business in Mississippi for up to one (1) year, or (c) both. In the event of such termination/cancellation, Licensor would also be liable for any additional costs incurred by the State due to contract cancellation or loss of license or permit.

7.8 Licensor represents and warrants that the system provided pursuant to this Agreement will pass both internal security audits and independent security audits. For any breach of the preceding warranty at any time during which the system is covered by warranty, maintenance and/or support, Licensor shall, at its own expense and at no cost to Licensee, remediate any defect, anomaly or security vulnerability in the system by repairing and/or replacing any and all components of the system necessary in order for the system to be secure.

7.9 Licensor represents and warrants that no official or delegate to Congress or employee of Licensee or of ITS, and no other public official of the State of Mississippi who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of the project shall, prior to the completion of said project, voluntarily acquire any personal interest, direct or indirect, in this Agreement. The Licensor warrants that it has removed any material conflict of interest prior to the signing of this Agreement, and that it shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of its responsibilities under this Agreement. The Licensor also warrants that in the performance of this Agreement no person having any such known interests shall be employed by Licensor. A breach of this provision by Licensor is hereby deemed to be material and will subject Licensor to all remedies available to Licensee for such a material breach including, at the option of the Licensee, termination of the Agreement.

7.10 The Licensor represents and warrants that no elected or appointed officer or other employee of the State of Mississippi, nor any member of or delegate to Congress has or shall benefit financially or materially from this Agreement. No individual employed by the State of Mississippi shall be admitted to any share or part of the Agreement or to any benefit that may arise therefrom. The State of Mississippi may, by written notice to the Licensor, terminate the right of the Licensor to proceed under this Agreement if it is found, after notice and hearing by the ITS Executive Director or his/her designee, that gratuities in the form of entertainment, gifts, jobs, or otherwise were offered or given by the Licensor to any officer or employee of the State of Mississippi with a view toward securing this Agreement or securing favorable treatment with respect to the award, or amending or making of any determinations with respect to the performing of such contract, provided that the existence of the facts upon which the ITS Executive Director makes such findings shall be in issue and may be reviewed in any competent court. In the event this Agreement is terminated under this article, the State of Mississippi shall

69

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 71: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

be entitled to pursue the same remedies against the Licensor as it would pursue in the event of a breach of contract by the Licensor, including punitive damages, in addition to any other damages to which it may be entitled at law or in equity.

7.11 No provision of this Article 7 shall operate as a waiver, in whole or in part, of any implied warranty of merchantability or fitness for a particular purpose or any other warranty or obligation of Licensor under this Agreement.

ARTICLE 8 INFRINGEMENT INDEMNIFICATIONLicensor represents and warrants that neither the Products and their elements nor the use thereof violates or infringes on any copyright, patent, trademark, servicemark, trade secret, or other proprietary right of any person or entity. Licensee shall notify Licensor promptly of any infringement claim of which it has knowledge and shall cooperate with Licensor in the defense of such claim by supplying information, all at Licensor’s expense. Licensor, at its own expense, shall defend or settle any and all infringement actions filed against Licensor or Licensee which involve the Products provided under this Agreement and shall pay all settlements, as well as all costs, attorney fees, settlements, damages, and judgment finally awarded against Licensee. If the continued use of the Products for the purpose intended is threatened to be enjoined or is enjoined by any court of competent jurisdiction, Licensor shall, at its expense: (a) first procure for Licensee the right to continue using the Products, or upon failing to procure such right; (b) modify or replace the Products, or components thereof, with non-infringing Products so it becomes non-infringing, or upon failing to secure either such right; (c) refund the license fees previously paid by Licensee for the Products Licensee may no longer use. Said refund shall be paid within ten (10) working days of notice to Licensee to discontinue said use. Such provisions shall in no way limit remedies available to Licensee for breach of this Article.

ARTICLE 9 MODIFICATIONThis Agreement may be modified only by written agreement signed by the parties hereto, and any attempt at oral modification shall be void and of no effect. The parties agree to renegotiate the Agreement in good faith if federal and/or state revisions of any applicable laws or regulations make changes in this Agreement necessary.

ARTICLE 10 AUTHORITY, ASSIGNMENT AND SUBCONTRACTS10.1 In matters of proposals, negotiations, contracts, and resolution of issues and/or disputes, the parties agree that Licensor represents all contractors, third parties, and/or subcontractors Licensor has assembled for this project. The Licensee is only required to negotiate with Licensor, as Licensor’s commitments are binding on all proposed contractors, third parties, and subcontractors.

70

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 72: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

10.2 Neither party may assign or otherwise transfer this Agreement or its obligations hereunder without the prior written consent of the other party, which consent shall not be unreasonably withheld. Any attempted assignment or transfer of its obligations without such consent shall be null and void. This Agreement shall be binding upon the parties’ respective successors and assigns.

10.3 Licensor must obtain the written approval of Licensee before subcontracting any portion of this Agreement and must secure and deliver to Licensee the written consent and agreement of all subcontractors to be bound by the terms of this Agreement, specifically including, but not limited to, this Article 10.3, Article 10.4, and Article 10.5. No such approval by Licensee of any subcontract shall be deemed in any way to provide for the incurrence of any obligation of Licensee in addition to the total fixed price agreed upon in this Agreement. All subcontracts shall incorporate the terms of this Agreement and shall also be subject to the terms and conditions of this Agreement and to any conditions of approval that Licensee may deem necessary.

10.4 Licensor represents and warrants that any subcontract agreement Licensor enters into shall contain a provision advising the subcontractor that the subcontractor shall have no lien and no legal right to assert control over any funds held by the Licensee, that the subcontractor acknowledges that no privity of contract exists between the Licensee and the subcontractor, and that the Licensor is solely liable for any and all payments which may be due to the subcontractor pursuant to its subcontract agreement with the Licensor. The Licensor shall indemnify and hold harmless the State from and against any and all claims, demands, liabilities, suits, actions, damages, losses, costs, and expenses of every kind and nature whatsoever arising as a result of Licensor’s failure to pay any and all amounts due by Licensor to any subcontractor, materialman, laborer, or the like.

10.5 All subcontractors shall be bound by any negotiation, arbitration, appeal, adjudication, or settlement of any dispute between the Licensor and the Licensee, where such dispute affects the subcontract.

ARTICLE 11 AVAILABILITY OF FUNDSIt is expressly understood and agreed that the obligation of the Licensee to proceed under this Agreement is conditioned upon the appropriation of funds by the Mississippi State Legislature and the receipt of state and/or federal funds. If the funds anticipated for the continuing fulfillment of this Agreement are, at any time, not forthcoming or insufficient through the failure of the federal government to provide funds, the State of Mississippi to appropriate funds, the discontinuance or material alteration of the program under which funds were provided, or if funds are not otherwise available to the Licensee, the Licensee shall have the right to immediately terminate this Agreement without damage, penalty, cost, or expense to the Licensee

71

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 73: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

of any kind whatsoever. The effective date of termination shall be as specified in the notice of termination. In the event of termination, Licensor shall be entitled to receive just and equitable compensation for satisfactory work completed or Services rendered by Licensor in connection with this Agreement as of the date of receipt of notification of termination.

ARTICLE 12 TERMINATIONNotwithstanding any other provision of this Agreement to the contrary, this Agreement may be terminated in whole or in part as follows: (a) upon the mutual, written agreement of the parties; (b) by Licensee upon thirty (30) days written notice to Licensor without the assessment of any penalties if Licensor becomes the subject of bankruptcy, reorganization, liquidation, or receivership proceedings, whether voluntary or involuntary; (c) by Licensee upon thirty (30) days written notice to Licensor without the assessment of any penalties in the event Licensee determines it is in the best interest of the State of Mississippi to terminate this Agreement; or (d) by either party in the event of a breach of a material term or provision of this Agreement by the other party where such breach continues for thirty (30) days after the breaching party receives written notice from the other party. Upon termination, Licensee will be entitled to a refund of applicable unexpended prorated annual Software maintenance fees/charges, if any. In the event of termination, Licensor shall be entitled to receive just and equitable compensation for satisfactory work completed or Services rendered by Licensor in connection with this Agreement as of the date of receipt of notification of termination. In no case shall said compensation exceed the total contract price. The provisions of this article do not limit either party’s right to pursue any other remedy available at law or in equity.

ARTICLE 13 GOVERNING LAWThis Agreement shall be construed and governed in accordance with the laws of the State of Mississippi, and sole and exclusive venue for the resolution of any dispute shall be Jackson, Hinds County, Mississippi. Licensor expressly agrees that under no circumstances shall Licensee be obligated to pay an attorney’s fee, prejudgment interest, or the cost of legal action to Licensor. Further, nothing in this Agreement shall affect any statutory rights Licensee may have that cannot be waived or limited by contract.

ARTICLE 14 WAIVERFailure of either party hereto to insist upon strict compliance with any of the terms, covenants, and conditions hereof shall not be deemed a waiver or relinquishment of any similar right or power hereunder at any subsequent time or of any other provision hereof, nor shall it be construed to be a modification of the terms of this Agreement. A waiver by the State, to be effective, must be in writing, must set out the specifics of what is being waived, and must be signed by an authorized representative of the State.

72

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 74: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

ARTICLE 15 SEVERABILITYIf any term or provision of this Agreement is prohibited by the laws of the State of Mississippi or declared invalid or void by a court of competent jurisdiction, the remainder of this Agreement shall be valid and enforceable to the fullest extent permitted by law, provided that the State’s purpose for entering into this Agreement can be fully achieved by the remaining portions of the Agreement that have not been severed.

ARTICLE 16 CAPTIONSThe captions or headings in this Agreement are for convenience only and in no way define, limit, or describe the scope or intent of any provision or section of this Agreement.

ARTICLE 17 HOLD HARMLESSTo the fullest extent allowed by law, Licensor shall indemnify, defend, save and hold harmless, protect, and exonerate Licensee, its Board Members, officers, employees, agents, and representatives from and against any and all claims, demands, liabilities, suits, actions, damages, losses, costs, and expenses of every kind and nature whatsoever, including, without limitation, court costs, investigative fees and expenses, attorney fees, and claims for damages arising out of or caused by Licensor and/or its partners, principals, agents, employees, or subcontractors in the performance of or failure to perform this Agreement.

ARTICLE 18 THIRD PARTY ACTION NOTIFICATIONLicensor shall notify Licensee in writing within five (5) business days of Licensor filing bankruptcy, reorganization, liquidation or receivership proceedings or within five (5) business days of its receipt of notification of any action or suit being filed or any claim being made against Licensor or Licensee by any entity that may result in litigation related in any way to this Agreement and/or which may affect the Licensor’s performance under this Agreement. Failure of the Licensor to provide such written notice to Licensee shall be considered a material breach of this Agreement and the Licensee may, at its sole discretion, pursue its rights as set forth in the Termination Article herein and any other rights and remedies it may have at law or in equity.

ARTICLE 19 AUTHORITY TO CONTRACTLicensor warrants that it is a validly organized business with valid authority to enter into this Agreement, that entry into and performance under this Agreement is not restricted or prohibited by any loan, security, financing, contractual, or other agreement of any kind, and notwithstanding any other provision of this Agreement to the contrary, that there are no existing legal proceedings or prospective legal proceedings, either voluntary or otherwise, which may adversely affect its ability to perform its obligations under this Agreement.

ARTICLE 20 NOTICE

73

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 75: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

Any notice required or permitted to be given under this Agreement shall be in writing and personally delivered or sent by electronic means, provided that the original of such notice is sent by certified United States mail, postage prepaid, return receipt requested, or overnight courier with signed receipt, to the party to whom the notice should be given at their business address listed herein. ITS’ address for notice is: Mr. David L. Litchliter, Executive Director, Mississippi Department of Information Technology Services, 301 North Lamar Street, Suite 508, Jackson, Mississippi 39201. Licensee’s address for notice is: Ms. Cille Litchfield, Deputy ExecutiveDirector, Mississippi Department of Finance and Administration, 501 North West Street, Suite1201, Jackson, Mississippi 39201. The Licensor’s address for notice is: INSERT NAME,TITLE, & ADDRESS OF VENDOR PERSON FOR NOTICE. Notice shall be deemed given when actually received or when refused. The parties agree to promptly notify each other in writing of any change of address.

ARTICLE 21 RECORD RETENTION AND ACCESS TO RECORDSLicensor shall establish and maintain financial records, supporting documents, statistical records and such other records as may be necessary to reflect its performance of the provisions of this Agreement. The Licensee, ITS, any state or federal agency authorized to audit Licensee, and/or any of their duly authorized representatives, shall have unimpeded, prompt access to this Agreement and to any of the Licensor’s proposals, books, documents, papers and/or records that are pertinent to this Agreement to make audits, copies, examinations, excerpts and transcriptions at the State’s or Licensor’s office as applicable where such records are kept during normal business hours. All records relating to this Agreement shall be retained by the Licensor for five (5) years from the date of the expiration or termination of this Agreement. However, if any litigation or other legal action, by or for the state or federal government has begun that is not completed at the end of the five (5) year period, or if an audit finding, litigation or other legal action has not been resolved at the end of the five (5) year period, the records shall be retained until resolution.

ARTICLE 22 INSURANCELicensor represents that it will maintain workers’ compensation insurance as prescribed by law, which shall inure to the benefit of Licensor’s personnel, as well as comprehensive general liability insurance in the minimum amount of One Million Dollars ($1,000,000.00) and employee fidelity bond insurance in a minimum amount of One Million Dollars ($1,000,000.00). Licensor will, upon request, furnish Licensee with a certificate of insurance evidencing the securing of the aforesaid coverage.

ARTICLE 23 DISPUTESAny dispute concerning a question of fact under this Agreement, which is not disposed of by agreement of the Licensor and Licensee, shall be decided by the Executive Director of

74

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 76: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

Mississippi Department of Information Technology Services or his/her designee. Licensor agrees to continue to provide such service, maintenance, and updates as Licensee may contract for and pay for pending the resolution of any dispute hereunder. The decision of the Executive Director shall be reduced to writing and a copy thereof mailed or furnished to the parties. Disagreement with such decision by either party shall not constitute a breach under the terms of this Agreement. Nothing in this Article shall abridge the right of either party to seek such other rights and remedies it may have at law or in equity.

ARTICLE 24 COMPLIANCE WITH LAWSLicensor shall comply with, and all activities under this Agreement shall be subject to, all Licensee policies and procedures and all applicable federal, state, and local laws, regulations, policies, and procedures as now existing and as may be amended or modified. Specifically, but not limited to, Licensor shall not discriminate against any employee nor shall any party be subject to discrimination in the performance of this Agreement because of race, creed, color, sex, age, national origin, or disability.

ARTICLE 25 CONFLICT OF INTERESTLicensor shall notify Licensee of any potential conflict of interest resulting from the representation of or service to other clients. If such conflict cannot be resolved to Licensee's satisfaction, Licensee reserves the right to terminate this Agreement.

ARTICLE 26 SOVEREIGN IMMUNITYBy entering into this Agreement with Licensor, the Licensee in no way waives its sovereign immunities or defenses as provided by law.

ARTICLE 27 CONFIDENTIAL INFORMATION27.1 Both parties shall treat the other party’s data and information to which it has access by Licensor’s performance under this Agreement as confidential and shall not disclose such data or information to a third party, other than Authorized Users, without specific written consent. In the event that either party receives notice that a third party requests divulgence of confidential or otherwise protected information and/or has served upon it a subpoena or other validly issued administrative or judicial process ordering divulgence of such information, the said party shall promptly inform the other party and thereafter respond in conformity with such subpoena to the extent mandated by state or federal law. This section shall survive the termination or completion of this Agreement.

27.2 Licensor and Licensee shall not be obligated to treat as confidential and proprietary any information disclosed by the other party (“the Disclosing Party”) which: (a) is or becomes known to the public without fault or breach of the party receiving confidential information of the

75

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 77: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

Disclosing Party (“the Recipient”); (b) is furnished by the Disclosing Party to third parties without restriction on subsequent disclosure; (c) the Recipient obtains from a third party without restriction on disclosure and without breach of a non-disclosure obligation; (d) is already in the Recipient’s possession without an obligation of confidentiality; or (e) is independently developed by Recipient without reliance on the confidential information.

27.3 With the exception of any attached exhibits which are labeled as "confidential", the parties understand and agree that this Agreement does not constitute confidential information, and may be reproduced and distributed by the State without notification to Licensor. ITS will provide third party notice to Licensor of any requests received by ITS for any such confidential exhibits so as to allow Licensor the opportunity to protect the information by court order as outlined in ITS Public Records Procedures.

ARTICLE 28 EFFECT OF SIGNATUREEach person signing this Agreement represents that he or she has read the Agreement in its entirety, understands its terms, is duly authorized to execute this Agreement on behalf of the parties, and agrees to be bound by the terms contained herein. Accordingly, this Agreement shall not be construed or interpreted in favor of or against the Licensee or the Licensor on the basis of draftsmanship or preparation hereof.

ARTICLE 29 ENTIRE AGREEMENT29.1 This Agreement constitutes the entire agreement of the parties with respect to the subject matter contained herein and supersedes and replaces any and all prior negotiations, understandings, and agreements, written or oral, between the parties relating hereto, including any “shrink-wrap” version of the Software Product or any “click-wrap” or “browse-wrap” license presented in connection with a license via the Internet. The RFP No. 3598 and Licensor’s Proposal in response thereto are hereby incorporated into and made a part of this Agreement.

29.2 The Agreement made by and between the parties hereto shall consist of and precedence is hereby established by the order of the following:

A. This Agreement signed by both parties;B. Any exhibits attached to this Agreement;C. RFP No. 3598; andD. Licensor’s Proposal, as accepted by Licensee, in response to RFP No. 3598.

29.3 The intent of the above listed documents is to include all items necessary for the proper execution and completion of the services by the Licensor. The documents are complementary, and what is required by one shall be binding as if required by all. A higher order document shall

76

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 78: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

supersede a lower order document to the extent necessary to resolve any conflict or inconsistency arising under the various provisions thereof, provided, however, that in the event an issue is addressed in one of the above mentioned documents but is not addressed in another of such documents, no conflict or inconsistency shall be deemed to occur by reason thereof. The documents listed above are shown in descending order of priority; that is, the highest document begins with the first listed document (“A. This Agreement”) and the lowest document is listed last (“D. Licensor’s Proposal”).

ARTICLE 30 SURVIVALArticles 7, 8, 13, 17, 21, 26, 27, and all other articles, which by their express terms so survive or which should so reasonably survive, shall survive any termination or expiration of this Agreement.

ARTICLE 31 DEBARMENT AND SUSPENSION CERTIFICATIONLicensor certifies that neither it nor its principals: (a) are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department or agency; (b) have, within a three (3) year period preceding this Agreement, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction, including violation of federal or state anti-trust statutes, commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, and receiving stolen property; (c) are presently indicted of or otherwise criminally or civilly charged by a governmental entity with the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction, including violation of federal or state anti-trust statutes, commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; and (d) have, within a three (3) year period preceding this Agreement, had one or more public (federal, state, or local) transactions terminated for cause or default.

ARTICLE 32 NETWORK SECURITYLicensor and Licensee understand and agree that the State of Mississippi’s Enterprise Security Policy mandates that all remote access to and/or from the State network must be accomplished via a Virtual Private Network (VPN). If remote access is required at any time during the life of this Agreement, Licensor and Licensee agree to implement/maintain a VPN for this connectivity. This required VPN must be IPSec-capable (ESP tunnel mode) and will terminate on a Cisco VPN-capable device (e.g. VPN concentrator, PIX firewall, etc.) on the State’s premises. Licensor agrees that it must, at its expense, implement/maintain a compatible hardware/software solution

77

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 79: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

to terminate the specified VPN on the Licensor’s premises. The parties further understand and agree that the State protocol standard and architecture are based on industry-standard security protocols and manufacturer engaged at the time of contract execution. The State reserves the right to introduce a new protocol and architecture standard and to require the Licensor to comply with the same, in the event the industry introduces a more secure, robust protocol to replace IPSec/ESP and/or there is a change in the manufacturer engaged.

ARTICLE 33 STATUTORY AUTHORITYBy virtue of Section 25-53-21 of the Mississippi Code Annotated, as amended, the Executive Director of ITS is the purchasing and contracting agent for the State of Mississippi in the negotiation and execution of all contracts for the acquisition of information technology equipment, software, and services. The Licensor understands and agrees that ITS as contracting agent is not responsible or liable for the performance or non-performance of any of Licensee’s contractual obligations, financial or otherwise, contained within this Agreement.

ARTICLE 34 TRAININGLicensor shall, for the fees specified in the attached Exhibit A, provide INSERT DESCRIPTION OF THE TRAINING TO BE PROVIDED, i.e., is it on-site? # of days? # of participants? Will the training be system administration, operational and setup procedures, trouble shooting methods, etc?. Licensor and Licensee shall mutually agree on the time for the training and an outline of the training to be provided. Licensor specifically understands and agrees that Licensee will not accept the Software until Licensor completes the training requirements. Licensor agrees to provide, upon delivery, all Documentation needed to fully acquaint the user with the operation of the Software.

ARTICLE 35 WARRANTY AND POST-WARRANTY SOFTWARE SUPPORT35.1 As part of the warranty and post warranty Software support services, Licensor will maintain the Software in an operable condition according to the specifications contained in the technical manuals and as outlined in RFP No. 3598 and the Licensor’s Proposal in response thereto. Licensor shall make available to Licensee during each annual support period at least one (1) update to the Software that will incorporate any new features or Enhancements to the licensed Software. Licensor shall also provide web support and unlimited toll-free telephone support in the operation of the Software DESIGNATE EITHER 8:00 TO 5:00 CENTRAL TIME MONDAY THROUGH FRIDAY, OR 24x7x365 with a guaranteed one (1) hour telephone response time. Priority placement in the support queue shall be given to all system locking situations or problems claimed by Licensee to be mission critical processes. Finally, Licensor shall provide on-site support in the operation of the Software if reasonably convenient or necessary in the opinion of the Licensor. Upon receipt of Licensee’s call, Licensor will (a) create an error report, (b) assign a severity level and (c) attempt to resolve the Software problem

78

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 80: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

in accordance with the procedures and processes for problem resolution detailed below. It is understood by the parties that the Licensee and Licensor must mutually agree on whether an error is classified as a Severity Level 1, 2, or 3 error.

35.2 Severity Level 1 implies that the Software is not functioning. Some examples of Severity Level 1 Software problems are as follows: (a) Software is down and will not restart; (b) Software is not able to communicate with external systems; and (c) Software is generating a data corruption condition. Licensor shall resolve Severity Level 1 Software Errors within one (1) business day, or within a mutually agreed upon time frame. When a Severity Level 1 Software Error is reported, Licensor will assign resources necessary to correct the Software Error. If access to the Software is required, Licensee will provide a contact available to Licensor and access to Licensee’s system and other software for the duration of the error correction procedures.

35.3 Severity Level 2 implies that (a) an essential function does not work as documented, or (b) testing and usage can continue but the task cannot be completed, and no workarounds exist. Licensor shall assign at least one (1) dedicated person to the problem and shall resolve Severity Level 2 Software Errors within two (2) business days, or within a mutually agreed upon time frame.

35.4 Severity Level 3 implies a Software Error such that implementations of functionality do not match specification and/or technical Documentation, and a workaround may exist. Licensor shall resolve Severity Level 3 Software Errors within ten (10) business days or within a mutually agreed upon time frame.

35.5 Sixty (60) days prior to the expiration of the initial Software maintenance period or any renewal term thereof, Licensor shall notify Licensee in writing of the impending expiration, and Licensee shall have thirty (30) days in which to notify Licensor of its intentions to either renew or cancel any further Software maintenance. The cost for Software maintenance in future years shall be as set out in Exhibit A hereto.

ARTICLE 36 ESCROW OF SOURCE CODE36.1 With the execution of this Agreement, the Licensor shall place and maintain a current copy of the data dictionary, Documentation, object code, and source code in escrow and shall furnish Licensee with a copy of the escrow agreement and the name and address of the agent. The escrow agreement shall authorize the escrow agent to release, at no cost to Licensee, the data dictionary, Documentation, object code, and source code to Licensee if and when the Licensee is deemed to have a right under this article. The Licensor shall pay all costs of providing and maintaining the escrow agreement, including the fees of the escrow agent. The copy of the

79

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 81: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

source code placed in escrow shall be reproduced and maintained on magnetic tape or disk using a commonly accepted data recording protocol. Program documentation sufficient to allow a competent programmer to use and maintain the source code programs must accompany the source code. When a change is made to the object code or source code by or on behalf of the Licensor during the term of the escrow agreement, the revised code, including the change, shall be delivered to the escrow agent not later than thirty (30) calendar days after the change is effected by or on behalf of the Licensor.

36.2 Provided that the Licensee is not then in substantial default under this Agreement, the Licensor shall provide to Licensee, at no cost and within ten (10) calendar days after receipt of Licensee’s written request for it, one (1) complete copy of the data dictionary, Documentation, object code, and source code used in the preparation of the Software and custom modifications to the source code and object code as a result of this Agreement, brought up to date as of the date of delivery of such source code to Licensee, upon the occurrence of any of the following events: (a) any or all material parts of the source code or object code is generally made available, with or without additional cost, to other users of comparable Software; or (b) the Licensor’s or the software manufacturer’s cessation, for any reason, to do business; or (c) the Licensor or the software manufacturer discontinues maintenance of the Software; or (d) bankruptcy, receivership, insolvency, reorganization, dissolution, liquidation, or other similar proceedings are instituted by or against the Licensor or the software manufacturer.

ARTICLE 37 DAMAGESIt is agreed by the parties hereby that the State has relied on the responses of the Licensor in Decision Director® (DD2), a secure, web-based team collaboration system provided by Advantiv Solutions, LLC, to select the Licensor’s Software as being the best fit for the needs of the State. To the extent that the Licensor’s responses of “Standard” in DD2 are later determined to require additional cost to achieve the functionality intended in the related requirement, the Licensor shall pay Licensee as damages an amount representing all additional costs incurred by Licensee in order to provide that functionality in the Software. Licensee may offset amounts due it as damages against any monies due Licensor under this Agreement. Licensee will notify Licensor in writing of any claim for damages pursuant hereto on or before the date Licensee deducts such sums from money payable to Licensor. Any damages assessed are in addition to and not in limitation of any other rights or remedies of Licensee.

ARTICLE 38 LIABILITY ISSUESUnless jointly agreed otherwise in writing, Licensor’s liability shall not exceed two (2) times the total amount paid by Licensee to Licensor under this Agreement, including any amounts paid pursuant to amendments and change orders. In no event will Licensor be liable to Licensee for special, indirect, consequential or incidental damages including lost profits, lost savings or lost

80

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 82: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

revenues of any kind unless Licensor was advised of the possibility of such loss or damage or unless such loss or damage could have been reasonably foreseen. Excluded from this or any liability limitation are claims related to fraud, bad faith, infringement issues, bodily injury, death, physical damage to tangible personal property and real property, and the intentional and willful misconduct or gross negligent acts of Licensor. The language contained herein tending to limit the liability of the Licensor will apply to Licensee to the extent it is permitted and not prohibited by the laws or constitution of Mississippi. Further, the parties understand and agree that the Licensor is precluded from relying on any contractual damages limitation language within this Agreement where the Licensor acts fraudulently or in bad faith.

81

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 83: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

For the faithful performance of the terms of this Agreement, the parties have caused this Agreement to be executed by their undersigned representatives.

State of Mississippi, Department ofInformation Technology Services, onbehalf of Mississippi Department of Finance and Administration

INSERT VENDOR NAME

By: ________________________________ By: ________________________________Authorized Signature Authorized Signature

Printed Name: David L. Litchliter Printed Name: _______________________

Title: Executive Director Title: _______________________________

Date: ______________________________ Date: _______________________________

Mississippi Department of Finance andAdministration

By: ________________________________ Authorized Signature

Printed Name: Cille Litchfield

Title: Deputy Executive Director

Date: ______________________________

82

INSERT VENDOR NAME-DFA-37635-3598-INSERT DATE-Software License-Spin#N/A

Page 84: RFP No. 3598.doc

RFP No.: 3598Exhibit A: Standard Contract

Project No.: 37635Revised: 10/1/2009

SOFTWARE LICENSE AND MAINTENANCE AGREEMENT EXHIBIT A

(The Software License and Maintenance Agreement Exhibit A will contain details regarding the software modules and pricing proposed by the Vendor and accepted by the State as lowest and best response to this RFP.)

83

--37635-3598--Software License-Spin#

Page 85: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

EXHIBIT BENTERPRISE SYSTEMS MATRIX

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

Statewide Automated Accounting System (SAAS)

1989 SAAS is an automated, mainframe-based, centrally-controlled, and agency discrete financial management system that includes both accounting and budgeting functions. The accounting system records transactions on a Generally Accepted Accounting Principles (GAAP) basis. The budget system maintains transactions on a modified cash basis. Records are maintained both on a budget year and on a fiscal year.

State agency financial personnel must use SAAS.

Mainframe Mainframe:IBM z9 model 2096z/OS 1.9

ADABASV7.4.4

Enterprise COBOL v4.1.0

High Level Assembler Release 6

Limited use of:Natural v4.2.2, Natural Security v4.2.3Natural Construct v5.1.1Predict v4.5.1SAS v8.2 , Earl v6.1, z/OS REXX V1.9

Statewide Payroll and Human Resource System (SPAHRS)

1997 SPAHRS is an integrated, mainframe-based, centrally-controlled enterprise payroll and human resource system. The system provides

State HR/payroll personnel must use SPAHRS.

Mainframe Mainframe:IBM z9 model 2096z/OS 1.9

ADABASV7.4.4

Natural v4.2.2, Natural Security v4.2.3,Natural Construct v5.1.1,Predict v4.5.1

84

Page 86: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

uniformity in the application of federal and state regulations and policies.

Mississippi Executive Resource Library and Information Network (MERLIN)

1996 MERLIN is an enterprise data warehouse of accounting (including budget, revenue, and expenditures), payroll, human resources, travel, project, grants, contract, and property information. The data warehouse allows state agencies and government officials the ability to access decision-critical information for reporting and analysis purposes to facilitate management decisions. MERLIN is both web and client-server accessible. A custom written web-based tool is used to support agency transparency reporting.

State agency personnel & State Employees

Web / Mainframe

Mainframe:IBM z9 model 2096z/OS 1.9

Database server: IBM pSeries 570 9117-570AIX v5.3

Web Server:IBM HS20 Blade Server 8832Win2000 Adv Server

Domino Server v7.0.2

DB2 v9.5

Lotus Domino v7.0.2

Web = HTML, LotusScript and Formula Language, JavaScript, Korn Shell Scripting, DHTMLSQL, AJAX, CSSMainframe = Natural v4.2.2, Natural Security v4.2.3,

Enterprise COBOL v4.1.0

Advanced Reporting:Cognos Impromptu User: v7.4

Image 2000 2001 I2K is an imaging, State agency HR Web / Web/ Lotus HTML, LotusScript and

85

Page 87: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

(I2K) workflow, and document management web-based system that interfaces with SPAHRS and supports the employment processes administered by the State Personnel Board (SPB).

personnel Mainframe Application Server:IBM HS20 Blade Server 8832Win2000 Server Prof

Websphere v6.1

Domino Server: v7.0.2

Domino v7.0.2

Formula Language, JavaScript, DHTML, Java, (uses JAVA macros to interface to mainframe), Interface to Lotus Domino Document Manager for document repository, Uses Websphere Host Integration Solution (HATS)

Access Channel for Employees (ACE)

2003 ACE is a web-based system that currently hosts a number of state employee payroll related services and the MS Enterprise Learning Management System (MELMS) and is accessible through the state portal at www.mississippi.gov.

Available for all state employees and contract workers

Web Application Server:IBM pSeries 550AIX v5.3

Websphere v6.1

Database server: IBM pSeries 550

DB2 v9.5 Java, HTML, JavaScript, SQL, Korn Shell Scripting;

User access:LDAP-Tivoli Access Manager

86

Page 88: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

AIX v5.3

Government E-commerce Network & Imaging Environment (GENIE)

2001 GENIE is a workflow and document management web-based system that interfaces with SAAS and allows agencies, colleges, and universities to electronically submit purchasing requests which require the approval of the DFA, Office of Purchasing, Travel, and Fleet Management (OPTFM).

State agency, colleges, and universities procurement personnel

Web Web Server:IBM HS20 Blade Server 8832Win2000 Server Prof

Domino Server v7.0.2,

Lotus Domino v7.0.2

LotusScript and Formula Language, HTML, JavaScript, DHTML, Interface to Lotus Domino Document Manager for document repository, Lotus Workflow v7.0,

WebProcure (ASP-Cogsdale Holdings)

2005 / 2007 WebProcure Order Management provides a full electronic process including: the creation of the purchase request; near real time integration into SAAS; and electronic dispatching of orders to suppliers. Currently, all OPTFM statewide competitive contracts are

State Agencies & Vendors

Web / Mainframe

For the interface to the Statewide Accounting System -

Mainframe:IBM z9 model 2096z/OS 1.9

DB2 v9.5 Java, HTML, JavaScript,SQL, XML, CSS, WSDL

Mainframe interface to Statewide Accounting System viaEntireX Broker v7.3usingEnterprise COBOL

87

Page 89: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

loaded to the system as electronic catalogs and are working on getting OPTFM negotiated contract catalogs in the system. In addition, WebProcure also offers buyers electronic bid solicitations for State Agency needs for both formal and informal solicitations. Currently, there are two agencies considering additional utilization of WebProcure. MDOT will be interfacing WebProcure with their current FMS system and MDA will be utilizing WebProcure to post agency related bid opportunities.

Web service:Websphere v6.1AIX v5.3

v4.1.0and Natural v4.2.2

PayMode Payments (ASP – Bottomline

2002 PayMode® provides an electronic payment and remittance solution as an alternative to paper

State Agencies & Vendors

Web For the interface to the Statewide

ADABASV7.4.4

Enterprise COBOL v4.1.0

88

Page 90: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

Technologies via Bank of America)

checks and remittance delivery to suppliers.

Accounting System -

Mainframe:IBM z9 model 2096z/OS 1.9

PayMode E-Invoicing (ASP - Bottomline Technologies via Bank of America)

2007 The State of Mississippi receives electronic invoices (e-Invoices) from their Vendors into PayMode. The invoices are compared to business rules, including matching them to purchase order data that was uploaded to PayMode from SAAS. “Valid” invoices are routed to the appropriate Mississippi users for approval or other disposition. “Invalid” invoices are routed to the Vendor for correction and resubmission or

State Agencies & Vendors

Web For the interface to the Statewide Accounting System -

Mainframe:IBM z9 model 2096z/OS 1.9

ADABASV7.4.4

Enterprise COBOL v4.1.0

89

Page 91: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

retraction. Approved invoices are uploaded to SAAS for electronic voucher creation and payment initiation. As payment vouchers are approved, the invoices are flagged as paid and detailed electronic accounts receivable data is made available to the Vendors through PayMode.

Mississippi Enterprise Learning Management System (MELMS)

2005 MELMS is a comprehensive web-based Learning Management System designed to support expanded learning opportunities offered by state agencies. Currently, MELMS supports DFA, SPB, and various other agency-delivered training. As a component of SPAHRS, MELMS was initially designed to

State agencies & state employees

Web Database Server:IBM xSeries 345 Windows 2000 Server

Application Server:IBM HS20 Blade Server 8832Win2000 Adv Server

Oracle v10.g

HTML, JavaScript, C++

Advanced Reporting:Cognos Impromptu User: v7.4

User access:LDAP-Tivoli Access Manager

90

Page 92: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

satisfy the requirements of the State Employee Management Training Act (§ 25-9-401, Mississippi Code of 1972, as annotated and amended) and to meet the needs of students, managers, and state agencies. This act has been repealed; however, SPB requires agencies to complete and submit reporting as was originally specified in the act.

Mail Server:Dell GX400Win XP Prof

Protégé Asset and Fleet Management (ASP –InCircuit Development Corporation)

2008 Protégé’s Asset and Fleet Management applications have been acquired by the State to support the State’s mandated Fleet management requirements and for the physical tracking of real property.

State agencies & state employees

Web

91

Page 93: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

Protégé Surplus Property Management (ASP – InCircuit Development Corporation)

In process – 2010

Protégé’s Surplus Property Management is being acquired by the State to support the State’s requirements for the physical tracking of surplus property.

State agencies & state employees

Web

Unifier Building and Real Estate Information Collaborative Knowledge Solution (BRICKS)(ASP-Skire Inc)

In process – 2010-2011

BRICKS is a web-based comprehensive software solution to manage the construction and maintenance of state owned buildings.

State agencies, Department of Finance and Administration’s Bureau of Building, Grounds and Real Property Management

Web

Microsoft Stimulus 360

In process 2010

State’s central repository for the Section 1512 Reporting for the America Recovery and Reinvestment Act of 2009.

System utilizes the following applications:

State, local, for profit and not for profit prime recipients

Web Microsoft Sharepoint Server 2007, Windows Server 2003, Active Directory

SQL Server 2008 Enterprise

92

Page 94: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

Virtual Earth Microsoft Dynamics CRM Microsoft Office 2007Microsoft Active Directory

Project Accounting and Tracking System (PATS)

Early 1980s Used by the Department of Finance and Administration’s Bureau of Buildings, Grounds and Real Property Management to track project accounting for construction projects.

Bureau of Buildings Project Accountants

Mainframe Mainframe:IBM z9 model 2096z/OS 1.9

IAM v8.1.14

Enterprise COBOL v4.1.0

Capital Asset Reporting

2001 Used by the Department of Finance and Administration’s Bureau of Financial Reporting to calculate depreciation for capital assets and provide state agencies with capital asset reporting.

Department of Finance and Administration staff

Mainframe Mainframe:IBM z9 model 2096z/OS 1.9

VSAM Enterprise COBOL v4.1.0

VitalChek(ASP)

2001 VitalChek is an electronic payments infrastructure for state agencies that elect to accept payments

General public, state agencies

Web Application Server:IBM pSeries 550

DB2 v9.5 Java, HTML, JavaScript, SQL, Korn Shell Scripting; Cobol, Natural

93

Page 95: RFP No. 3598.doc

RFP No.: 3598Exhibit B: Enterprise Systems Matrix

Project No.: 37635Revised: 10/1/2009

Systems under the purview of Department of Finance and Administration / Mississippi Management Report SystemAdditional Information regarding DFA/MMRS can be found at: www.mmrs.state.ms.us.

System Name Year Implemented

System Function System Main Users

Platform Servers Database ProgrammingLanguage

by credit cards, charge cards, debit cards, electronic check, and other forms of electronic payment for various taxes, services, and fees collectible for agency purposes.

AIX v5.3

Websphere v6.1

Database server: IBM pSeries 550AIX v5.3

User access:LDAP-Tivoli Access Manager

94

Page 96: RFP No. 3598.doc

RFP No.: 3598Exhibit C: Current System Architecture

Project No.: 37635Revised: 10/1/2009

EXHIBIT CCURRENT SYSTEM ARCHITECTURE

95

Page 97: RFP No. 3598.doc

RFP No.: 3598Exhibit D: Data Warehouse

Project No.: 37635Revised: 10/1/2009

EXHIBIT DDATA WAREHOUSE

The State of Mississippi maintains and uses a data warehouse, known as the Mississippi Executive Resource Library and Information Network (MERLIN), for the majority of its user initiated Financial and HR/Payroll reporting. The primary sources of data for MERLIN are the current legacy financial system (SAAS) and the current legacy HR/Payroll system (SPAHRS). MERLIN also receives data from several other smaller legacy systems, i.e. Project Accounting and Tracking System (PATS).

The MERLIN data warehouse is refreshed on a nightly basis after the legacy systems have completed nightly processing. The data warehouse information is accessible by using one of two reporting tools. The State provides a custom written web-based reporting tool for the casual named user and for public access users. The Cognos Impromptu User reporting tool is used by power users via a State maintained data catalog using an ODBC connection to the data warehouse. As of September 2, 2009, the State had 1,008 casual users and 300 power users. There were 22,350 Public Access Transparency queries run in fiscal year 2009. The State anticipates that this number will increase in the future.

The current data warehouse system technical specifications:

Server: IBM 9117 pSeries p570 (model: 9117-570)8 processors80G DIMM OS: AIX 5.3Database engine: DB2 v9.5 (as of mid-September 2009)

The State expects the new ERP Data Warehouse to be deployed in parallel to the Finance/Procurement modules and serve at GO-LIVE as the primary source of data for Financial and Procurement reporting. That process will be repeated for the deployment of HR/Payroll modules.

Over time, the State may expand the data warehouse to include data from various systems that support statewide processes and programs. This data, combined with the financial data, can be used to measure performance efficiency and effectiveness and serve as source of information for management and executive decision making.

The State does not intend to migrate the data in the current data warehouse to the new ERP data warehouse. The current data warehouse will be maintained to support the existing historical data through its required retention life cycle.

96

Page 98: RFP No. 3598.doc

RFP No.: 3598Exhibit E: MAGIC Memorandum Of Understanding

Project No.: 37635Revised: 10/1/2009

EXHIBIT EMAGIC MEMORANDUM OF UNDERSTANDING

(Refer to the file “Exhibit E – MAGIC Memorandum of Understanding.pdf” available on the ITS website at http://www.its.ms.gov/rfps/3598.shtml)

97

Page 99: RFP No. 3598.doc

RFP No.: 3598Exhibit F: State of MS Chart of Accounts

Project No.: 37635Revised: 10/1/2009

EXHIBIT FSTATE OF MS CHART OF ACCOUNTS

Current - State of MS Chart of Accounts Agency Number Appropriation Unit Number Fund Number Balance Sheet Account Code Expense Codes

o Major Object Codeo Minor Object Codeo Sub Object Code

Revenue Codeso Revenue Sourceo Sub Revenue Sourceo Charge Code

Organization Codeso Organization Codeo Sub-Org Code

Reporting Category Code Project Codes

o Project Codeo Sub Projecto Phase

Location Fed Aid Number Activity Contract Number

98

Page 100: RFP No. 3598.doc

RFP No.: 3598Exhibit F: State of MS Chart of Accounts

Project No.: 37635Revised: 10/1/2009

Proposed - State of MS Chart of Accounts Fields

Budget Fiscal Year Agency Number Appropriation Unit Number Fund Number Balance Sheet Account Code Expense Codes

o Major Object Codeo Minor Object Code

Sub Object Codeo Commodity Code

Revenue Codeso Revenue Sourceo Sub Revenue Sourceo Charge Code

Organization Structure (15 Levels)o Organization Codeo Sub-Org Code

Reporting Category Code Project Code (5 Levels)

o Project Codeo Sub-Projecto Phaseo Task

Contract Number (35 Characters) Vendor Number Provider Number Location Code (10 Levels) Federal Aid Number Activity Code Grant Code (5 Levels) 10 User-Defined fields for reporting 10 User-Defined Statistical reporting fields

Examples of User-Defined fields for reporting include: Program Code Job Code Function Code Cost Centers Medicaid Treatment Type Municipal code GIS Code (County, Maintenance Section, Route, Structure ID, Lat and Long) Agency District Number

99

Page 101: RFP No. 3598.doc

RFP No.: 3598Exhibit F: State of MS Chart of Accounts

Project No.: 37635Revised: 10/1/2009

REFERENCE FIELDS

Account Type Accounting Timeframes

o Allotment Period (Monthly, Quarterly, and Semi-Annual)o Accounting Period (Fiscal Month/Fiscal Year or Fiscal Year)o Other Reporting Periods (Calendar Month/Year, Federal Fiscal

Month/Year, Program Month/Year)o Received Date

Activity Classificationo Activity Typeo Activity Group o Activity Categoryo Activity Class

Agency Groupingo Master Agency

Balance Sheet Classificationo Balance Sheet Account Typeo Balance Sheet Account Groupo Balance Sheet Account Categoryo Balance Sheet Account Class

Federal Aid Type Function Classification

o Function Typeo Function Groupo Function Categoryo Function Class

Fund Classificationo GAAP Fund Typeo Fund Groupo Fund Categoryo Fund Classo Government-Wide Indicator

Grant Classificationo Agency Federal ID Numbero Grant Phaseo Grant Functiono Funding Sourceo CFDA numbero County Codeo Congressional District

Job Classificationo Job Type

100

Page 102: RFP No. 3598.doc

RFP No.: 3598Exhibit F: State of MS Chart of Accounts

Project No.: 37635Revised: 10/1/2009

o Job Groupo Job Categoryo Job Class

Location Classificationo Location Typeo Location Groupo Location Categoryo Location Class

Object (expense) Classificationo Object Typeo Object Groupo Object Categoryo Object Class

Program Classificationo Program Typeo Program Groupo Program Categoryo Program Class

Project Classificationo Project Typeo Project Groupo Project Categoryo Project Class

Property ID Provider Classification

o Provider Typeo Provider Groupo Provider Categoryo Provider Class

Revenue Classificationo Revenue Typeo Revenue Groupo Revenue Categoryo Revenue Class

Vendor Classificationo Vendor Typeo Vendor Groupo Vendor Categoryo Vendor Classo County Codeo Congressional District

101

Page 103: RFP No. 3598.doc

RFP No.: 3598Exhibit G: Current SPAHRS Statistics

Project No.: 37635Revised: 10/1/2009

EXHIBIT GCURRENT SPAHRS STATISTICS

Master Agency Name

Authorized Positions

Payroll Warrants

Payroll EFTs

Vendor Warrants

Vendor EFTs

Travel EFTs

Travel Warrants

Con-tractor EFTs

Con-tractor Warrants

MELMS Regis-trations

MELMS Courses

ITS Institute & Mindleaders Registrations*

ITS Institute & Mindleaders Courses*

Agribusiness Council 2 0 0 0 0 0 0 0 0 0 0 0 0Agricultural Aviation 1 0 0 0 0 0 0 0 0 0 0 0 0Agriculture & Commerce 248 352 2104 341 86 184 24 123 310 37 0 0 0

Animal Health 29 70 253 115 40 57 64 0 0 0 0 0 0Architecture And Landscape 2 0 24 40 28 10 38 0 0 1 0 0 0Archives & History 188 216 1509 364 124 129 39 247 169 38 0 0 0Arts Commission 13 5 148 131 72 131 14 47 0 23 0 0 0Athletic Commission 1 0 27 64 65 22 37 23 0 2 0 0 0Attorney General 326 717 2525 579 171 1315 1096 234 823 51 0 0 0Auctioneers Commission 1 0 12 25 24 12 0 0 0 0 0 0 0

Auditor 194 555 1291 372 130 825 337 64 43 153 0 0 0Banking & Consumer Finance 59 10 683 115 46 678 11 0 0 86 0 0 0Barber Examiners 7 22 35 58 47 33 59 0 0 0 0 0 0Capital Defense Counsel 10 30 75 119 90 102 35 33 4 0 0 0 0Capital Post-Conviction Counsel 6 2 67 89 71 40 1 22 0 11 0 0 0

Chiropractic 1 0 0 12 12 4 21 12 0 0 0 0 0

Commission On The Status Of 1 0 0 0 0 0 1 0 0 0 0 0 0

102

Page 104: RFP No. 3598.doc

RFP No.: 3598Exhibit G: Current SPAHRS Statistics

Project No.: 37635Revised: 10/1/2009

Master Agency Name

Authorized Positions

Payroll Warrants

Payroll EFTs

Vendor Warrants

Vendor EFTs

Travel EFTs

Travel Warrants

Con-tractor EFTs

Con-tractor Warrants

MELMS Regis-trations

MELMS Courses

ITS Institute & Mindleaders Registrations*

ITS Institute & Mindleaders Courses*

WomenCommunity And Junior College Board 42 33 358 174 71 247 140 2 3 5 0 0 0

Corrections 3608 2270 59541 3990 468 1696 61 1314 40 393 0 0 0

Cosmetology 12 10 276 177 89 128 40 0 0 11 0 0 0Dental Examiners 7 0 72 60 36 88 0 0 0 6 0 0 0

Education 912 3599 6520 1997 458 3639 2193 841 2945 182 0 0 0Emergency Management 245 733 2818 261 140 1787 1061 232 182 64 0 0 0Employment Security 976 1477 15204 1205 207 2696 180 0 0 1064 54 0 0Environmental Quality 557 828 4473 582 248 1734 408 580 171 539 0 0 0Ethics Commission 8 0 92 89 41 34 64 0 0 5 0 0 0Fair Commission 56 876 282 702 183 2 0 0 960 6 0 0 0Finance And Administration 1062 5577 7106 2159 604 1357 629 986 1227 2354 283 0 0Forestry Commission 537 955 4941 331 127 279 46 0 0 26 0 0 0Funeral Services 2 0 12 68 51 10 30 25 1 0 0 0 0Gaming Commission 135 508 971 193 66 242 172 0 0 48 0 0 0Governor's Executive Support 47 54 389 212 146 201 19 59 23 18 0 0 0Grand Gulf Military Monument Comm 9 13 85 48 26 0 0 0 0 6 0 0 0

Health 2744 13440 17452 1351 182 15744 9279 8814 3722 576 1 0 0House Of Representatives 430 3247 2461 757 555 1349 1773 0 0 7 0 0 0

103

Page 105: RFP No. 3598.doc

RFP No.: 3598Exhibit G: Current SPAHRS Statistics

Project No.: 37635Revised: 10/1/2009

Master Agency Name

Authorized Positions

Payroll Warrants

Payroll EFTs

Vendor Warrants

Vendor EFTs

Travel EFTs

Travel Warrants

Con-tractor EFTs

Con-tractor Warrants

MELMS Regis-trations

MELMS Courses

ITS Institute & Mindleaders Registrations*

ITS Institute & Mindleaders Courses*

Human Services 3744 8076 68863 5609 1036 14691 916 0 0 604 0 0 0Indigent Appeals 12 6 135 108 78 39 0 46 8 1 0 0 0Information Technology Services 161 309 1462 430 151 113 73 106 53 216 0 2707 255

Insurance 191 575 1573 594 187 385 275 51 185 244 0 0 0Judicial Performance Commission 5 12 48 62 50 52 123 0 0 0 0 0 0Legislative Budget Office 31 19 593 102 93 11 59 0 0 9 0 0 0Library Commission 52 80 480 263 88 88 44 0 0 39 0 0 0Licensed Professional Counselors 1 0 0 0 0 0 22 0 0 0 0 0 0Marine Resources 198 85 2063 314 114 310 92 346 82 22 0 0 0Massage Therapy 1 0 0 0 0 0 48 0 0 0 0 0 0

Medicaid 1077 1936 9658 679 160 2382 389 463 151 473 0 0 0Medical Licensure 24 21 244 211 64 72 4 26 0 44 0 0 0

Mental Health 10321 77685 88141 17831 2280 3482 1260 3044 9727 2039 0 0 0

Military 920 1720 13459 2118 733 503 70 6434 2093 37 0 0 0Mississippi Development Authority 434 984 2900 590 236 1634 426 218 195 278 0 0 0Mississippi Public Broadcasting 133 273 1281 325 134 347 92 73 38 40 0 0 0Motor Vehicle Commission 3 0 36 47 47 23 73 0 0 0 0 0 0

Nursing 32 10 336 193 73 84 69 17 0 41 0 0 0

Nursing Home 2 18 3 30 33 2 31 0 0 2 0 0 0

104

Page 106: RFP No. 3598.doc

RFP No.: 3598Exhibit G: Current SPAHRS Statistics

Project No.: 37635Revised: 10/1/2009

Master Agency Name

Authorized Positions

Payroll Warrants

Payroll EFTs

Vendor Warrants

Vendor EFTs

Travel EFTs

Travel Warrants

Con-tractor EFTs

Con-tractor Warrants

MELMS Regis-trations

MELMS Courses

ITS Institute & Mindleaders Registrations*

ITS Institute & Mindleaders Courses*

Administrators

Oil & Gas 37 138 293 163 72 85 80 0 60 21 0 0 0Optometry Board 1 0 0 0 0 0 18 0 0 0 0 0 0Pat Harrison Waterway District 122 0 0 0 0 0 0 0 0 7 0 0 0Pearl River Basin Development District 11 0 0 0 0 0 0 0 0 30 0 0 0Pearl River Valley Water Supply District 122 0 0 0 0 0 0 0 0 0 0 0 0

Peer 34 168 525 353 156 128 88 0 1 8 0 0 0

Pharmacy 14 3 106 79 68 74 39 26 0 1 0 0 0Physical Therapy 3 0 36 60 24 19 19 0 0 0 0 0 0Professional Engineers & Land Surveyors 5 2 46 84 62 12 58 17 27 8 0 0 0Professional Geologists 1 0 12 24 24 0 0 0 0 1 0 0 0Psychological Examiners 1 0 0 0 0 0 26 0 0 0 0 0 0Public Accountancy 6 0 60 38 38 21 35 10 0 1 0 0 0Public Contractors 13 32 124 62 40 108 83 0 0 19 0 0 0Public Employees Retirement System 161 727 1096 379 111 107 18 64 53 283 0 0 0

Public Safety 1691 2665 20674 3250 1049 1168 269 623 132 125 0 0 0Public Service Commission 77 117 706 207 92 446 84 0 0 11 0 0 0

Public Utilities 30 40 284 116 41 80 19 0 0 4 0 0 0

105

Page 107: RFP No. 3598.doc

RFP No.: 3598Exhibit G: Current SPAHRS Statistics

Project No.: 37635Revised: 10/1/2009

Master Agency Name

Authorized Positions

Payroll Warrants

Payroll EFTs

Vendor Warrants

Vendor EFTs

Travel EFTs

Travel Warrants

Con-tractor EFTs

Con-tractor Warrants

MELMS Regis-trations

MELMS Courses

ITS Institute & Mindleaders Registrations*

ITS Institute & Mindleaders Courses*

StaffReal Estate Appraiser Licensing & Certification 4 1 48 78 30 20 35 0 0 0 0 0 0Real Estate Commission 15 5 172 138 67 56 27 61 8 9 0 0 0Registration For Foresters 1 0 0 0 0 0 7 0 0 0 0 0 0Rehabilitation Services 1208 3032 9181 2044 443 4781 1241 638 148 156 0 0 0Secretary Of State 104 242 992 316 99 452 92 454 203 12 0 0 0

Senate 190 790 2019 517 480 1208 569 0 0 8 0 0 0Social Workers Marriage Family Therapy 5 2 34 38 26 2 52 0 0 12 0 0 0Soil And Water Conservation Commission 18 0 205 69 40 80 20 0 0 23 0 0 0State Personnel Board 64 245 429 175 75 105 95 24 4 632 990 0 0

Supreme Court 849 619 5967 1097 623 1272 205 5 123 26 0 0 0Tax Commission 776 3770 5531 680 121 2071 797 0 0 133 0 0 0Tombigbee River Valley Water Management 18 0 0 0 0 0 0 0 0 11 0 0 0

Transportation 3537 13191 70439 8233 289 6076 779 1433 1268 2171 0 0 0

Treasury 40 19 440 458 199 64 19 89 19 9 0 0 0Veterans Affairs 684 5415 3732 1827 259 41 187 3029 4747 15 0 0 0Veterans' Home Purchase 16 2 178 87 39 6 50 0 0 1 0 0 0

Veterinary 0 0 0 0 0 0 0 0 0 0 0 0 0

106

Page 108: RFP No. 3598.doc

RFP No.: 3598Exhibit G: Current SPAHRS Statistics

Project No.: 37635Revised: 10/1/2009

Master Agency Name

Authorized Positions

Payroll Warrants

Payroll EFTs

Vendor Warrants

Vendor EFTs

Travel EFTs

Travel Warrants

Con-tractor EFTs

Con-tractor Warrants

MELMS Regis-trations

MELMS Courses

ITS Institute & Mindleaders Registrations*

ITS Institute & Mindleaders Courses*

Diagnostic LaboratoryVeterinary Medicine 1 0 0 32 32 6 34 32 1 0 0 0 0Wildlife Fisheries And Parks 1110 3341 6114 1165 420 380 223 892 888 78 0 0 0Workers Compensation Commission 70 229 469 182 48 187 80 0 0 3 0 0 0

Grand Totals 40859 162203 452993 68237 15328 78048 27286 31879 30837 13619 1328 2707 255

*The ITS Institute and Mindleaders are training opportunities that are not currently in an enterprise system managed by MMRS. With the implementation of an ERP, these programs will be part of the enterprise system.

107

Page 109: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

EXHIBIT HCURRENT SAAS STATISTICS

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesAGRICULTURAL AVIATION 0 0 0 0 0 0 0 13 0 AGRICULTURE & COMMERCE 1258 118 0 0 0 61 0 50005 375 984ANIMAL HEALTH 134 30 0 0 0 0 0 14409 91 234ARCHITECTURE 27 0 0 0 0 0 0 2685 31 96ARCHIVES AND HISTORY 1238 23 0 0 0 125 0 33494 706 2154ARTS COMMISSION 100 0 0 0 0 7 0 11266 357 822ATHLETIC COMMISSION 10 0 0 0 0 0 0 1506 6 32ATTORNEY GENERAL 1342 37 0 0 0 381 0 83269 1023 3696AUCTIONEERS COMMISSION 17 0 0 0 0 0 0 1277 8 32BANKING AND CONSUMER FINANCE 230 0 0 0 0 8 0 14223 173 430BARBER EXAMINERS 13 0 0 0 0 3 0 2123 27 62BOSWELL REGIONAL CENTER 1519 86 0 0 0 179 2 109084 2054 6450CAPITAL DEFENSE COUNSEL 24 0 0 0 0 0 0 5447 19 76CAPITAL POST-CONVICTION COUNSEL 106 0 0 0 0 22 0 3504 50 164CENTRAL MS RESIDENTIAL CENTER 633 16 0 0 0 7 0 28229 680 2414CHIROPRACTIC EXAMINERS 16 0 0 0 0 0 0 809 1 2COAST COLISEUM 0 0 0 0 0 0 0 9 0 COMMISSION ON THE STATUS OF WOMEN 0 0 0 0 0 1 0 352 9 42COMMUNITY AND JUNIOR COLLEGES 296 0 0 0 0 27 0 23423 132 414

108

Page 110: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesCONTRACTORS 48 0 0 0 0 21 0 7545 190 564CORRECTIONS 10060 702 0 0 0 168 0 207188 5132 14264COSMETOLOGY 62 0 0 0 0 17 0 7789 81 266COUNSELORS 0 0 0 0 0 0 0 1309 22 58DENTAL EXAMINERS 54 0 0 0 0 7 0 3362 76 170EAST MS STATE HOSPITAL 2167 61 0 0 0 226 7 124708 2626 8928EDUCATION 6823 42 0 0 0 843 25 421201 2962 10418ELLISVILLE STATE SCHOOL 2680 167 0 0 0 99 26 222790 2955 9270EMERGENCY MANAGEMENT 4790 72 0 0 0 270 0 108209 1204 4528EMPLOYMENT SECURITY 4309 14 0 0 0 350 0 147091 1633 3992ENVIRONMENTAL QUALITY 3927 184 0 0 0 22 9 203110 2093 8666ETHICS 70 2 0 0 0 0 0 1722 40 106FAIR COMMISSION 155 11 0 0 0 3 0 29898 227 578FINANCE AND ADMINISTRATION 3044 42 273 82 48 446 20 217612 2637 7972FORESTRY COMMISSION 4489 446 0 0 0 228 5 89191 1579 4648FUNERAL SERVICES 23 0 0 0 0 0 0 2200 15 56GAMING COMMISSION 774 55 0 0 0 74 0 22688 280 706GOVERNORS OFFICE 835 0 0 0 0 0 0 15497 1386 2980GRAND GULF MIL MONUMENT 79 4 0 0 0 0 0 2351 33 98GULF COAST RESEARCH 0 0 0 0 0 0 6 0 0 GULFPORT PORT AUTHORITY 173 14 0 0 0 0 0 136 0 HEALTH DEPARTMENT 11763 31 0 0 0 2627 67 798486 12393 36166HOME CORPORATION 0 0 0 0 0 0 0 57 0 HOUSE OF REPRESENTATIVES 250 0 0 0 0 0 0 34823 128 322

109

Page 111: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesHUDSPETH REGIONAL CENTER 1629 83 0 0 0 58 11 117113 1482 4356HUMAN SERVICES 11024 45 0 0 0 4087 22 758081 6799 25076INDIGENT APPEALS 48 0 0 0 0 0 0 3687 17 56INFORMATION TECHNOLOGY SERVICES 1289 9 0 0 0 35 0 383338 588 1682INSTITUTE FOR FOREST INVENTORY 66 2 0 0 0 0 0 839 14 30INSTITUTIONS OF HIGHER LEARNING 0 0 0 0 0 0 0 4706 0 INSURANCE 628 39 0 0 0 74 2 36663 631 1800JACKSON STATE UNIVERSITY 0 0 0 0 0 0 23 0 0 JUDICIAL PERFORMANCE 0 0 0 0 0 0 0 2412 22 76JUDICIAL PERFORMANCE COMMITTEE 48 0 0 0 0 0 0 0 0 LEGISLATIVE BUDGET OFFICE 139 0 0 0 0 17 0 1622 65 162LEGISLATIVE JOINT OPERATION 9 0 0 0 0 0 0 2531 50 120LIBRARY COMMISSION 620 6 0 0 0 16 0 21049 337 1190MARINE RESOURCES 1818 101 0 0 0 80 15 54471 1168 3532MASSAGE THERAPY 6 0 0 0 0 0 0 828 8 20MATH AND SCIENCE 0 8 0 0 0 0 0 0 0 MEDICAID 2419 0 0 0 0 274 0 68348 1731 5014MEDICAL LICENSURE 192 7 0 0 0 45 0 11617 110 358MENTAL HEALTH 305 3 0 0 0 73 0 50263 229 564MILITARY 1973 84 0 0 0 31 54 97885 1102 3756MISSISSIPPI DEVELOPMENT AUTHORITY 1886 13 0 0 0 119 23 253083 2062 6946MISSISSIPPI 360 7 0 0 0 18 0 16999 236 752

110

Page 112: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesADOLESCENT CENTERMISSISSIPPI PUBLIC BROADCASTING 2112 30 0 0 0 29 17 28121 527 1622MISSISSIPPI STATE HOSPITAL 3447 111 0 0 0 194 24 352857 3490 12366MISSISSIPPI STATE UNIVERSITY 0 0 4 0 0 0 165 0 0 MOTOR VEHICLE 28 0 0 0 0 0 0 6597 71 190MS BUSINESS FINANCE CORP 0 0 0 0 0 0 0 695 0 NORTH MS REGIONAL CENTER 1960 135 0 0 0 67 0 124167 980 2854NORTH MS STATE HOSPITAL 582 17 0 0 0 40 0 41281 1061 3150NURSING 132 4 0 0 0 0 0 6886 202 746NURSING HOME ADMINISTRATORS 6 0 0 0 0 0 0 1715 27 54OIL AND GAS 171 11 0 0 0 122 0 34887 224 570OPTOMETRY 0 0 0 0 0 0 0 489 2 6PAT HARRISON WATERWAY 911 54 0 0 0 0 0 3 0 PEARL RIVER BASIN DEVELOPMENT 161 6 0 0 0 0 0 3 0 PEARL RIVER VALLEY WATER SUPPLY 765 63 0 0 0 0 0 3 0 PEER 141 0 0 0 0 17 0 3739 145 362PHARMACY 221 6 0 0 0 23 0 9567 139 436PHYSICAL THERAPY 24 0 0 0 0 6 0 1819 22 74PLANT INDUSTRY 400 31 0 0 0 0 0 9 0 PORT OF PASCAGOULA 0 0 0 0 0 0 0 4 0 PROFESSIONAL ENGINEERS & LAND SURVEYORS 27 0 0 0 0 8 0 3267 86 180

111

Page 113: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesPROFESSIONAL GEOLOGISTS 15 0 0 0 0 0 0 1423 37 98PSYCHOLOGICAL EXAMINERS 9 0 0 0 0 0 0 685 8 20PUBLIC ACCOUNTANCY 95 0 0 0 0 8 0 2903 32 114PUBLIC EMPLOYEES RETIREMENT 672 4 0 0 0 61 0 16024 426 1132PUBLIC SAFETY 28638 1028 0 0 0 567 45 319896 5915 16840PUBLIC SERVICE COMMISSION 571 0 0 0 0 0 0 10393 86 202REAL ESTATE APPRAISER LICENSING 24 1 0 0 0 5 0 1837 28 74REAL ESTATE COMMISSION 103 2 0 0 0 25 0 5593 109 280REGISTRATION FOR FORESTERS 4489 0 0 0 0 0 0 266 11 22REHABILITATION SERVICES 4103 164 0 0 0 1981 5 1595710 4556 12564RIVER PARKWAY COMMISSION 0 0 0 0 0 0 0 201 0 SECRETARY OF STATE 604 3 0 0 0 74 0 61583 504 2084SENATE 606 0 0 0 0 0 0 21246 125 332SOCIAL WORKERS MARRIAGE FAMILY THERAPY 35 0 0 0 0 2 0 2383 14 74SOIL AND WATER 251 14 0 0 0 14 1 9449 206 470SOUTH MS REGIONAL CENTER 1493 93 0 0 0 71 11 75547 1070 3098SOUTH MS STATE HOSPITAL 486 9 0 0 0 211 0 33060 579 1618SPECIALIZED TREATMENT FACILITY 944 6 0 0 0 65 3 18974 450 1706STATE AID ROAD 213 11 0 0 0 25 0 27731 168 502

112

Page 114: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesSTATE AUDITOR 666 33 0 0 0 88 0 24278 242 780STATE FIRE ACADEMY 873 23 0 0 0 4 14 13318 222 840STATE PERSONNEL BOARD 226 0 0 0 0 55 2 40269 257 1116SUPREME COURT 3006 1 0 0 0 0 0 46084 713 2394TAX COMMISSION 2310 49 0 0 0 78 3 1821675 1511 4694TELECOMMUNICATION CENTER 0 0 0 0 0 0 0 37 0 TENNESSEE TOMBIGBEE WATERWAY 6 0 0 0 0 0 0 42 0 TOMBIGBEE RIVER VALLEY WATER 150 13 0 0 0 0 0 3 0 TRANSPORTATION 22474 2530 2 0 0 0 134 991778 21690 68320TREASURY 294 0 0 0 0 30 0 182835 254 696UNIVERSITY MEDICAL CENTER 0 0 0 0 0 0 121 0 0 UNIVERSITY OF MISSISSIPPI 0 0 0 0 0 0 53 0 0 UNIVERSITY OF SOUTHERN MISSISSIPPI 0 0 0 0 0 0 106 0 0 VETERANS AFFAIRS 1241 15 0 0 0 182 0 110517 1979 6290VETERANS HOME PURCHASE 98 2 0 0 0 33 0 26581 285 604VETERANS MONUMENT COMM 0 0 0 0 0 0 0 15 0 VETERINARY DIAGNOSTIC LABORATORY 0 0 0 0 0 0 0 6 0 VETERINARY MEDICINE 6 0 0 0 0 0 0 1384 48 130VOLUNTEER SERVICES 0 0 0 0 0 0 0 82 0 WILDLIFE FISHERIES AND PARKS 16337 632 0 0 0 121 75 342356 3094 9734WORKERS COMPENSATION 422 0 0 0 0 51 0 12399 247 750

113

Page 115: RFP No. 3598.doc

RFP No.: 3598Exhibit H: Current SAAS Statistics

Project No.: 37635Revised: 10/1/2009

Protégé Counts WebProcure Counts GENIE SAAS Counts

AgencyAsset Items

Fleet Items* Contracts Catalogs Solicitations Pos**

Countof

P1s

General Ledger

Transactions

Total Purchasing Documents

Total Document

LinesYELLOW CREEK PORT 100 2 0 0 0 0 0 24 0 Totals 190645 7667 279 82 48 15406 1096 11374321 111927 348538

*Fleet Items are also counted in the Asset Items.

**WebProcure Purchase Orders are also counted in the SAAS Total Purchasing Documents.

114